Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
SOURCES SOUGHT

Y -- Design and construction of a 6,000 SF office addition to the existing Police/Fire Station and renovation of the 9300 SF historic firehouse at Rock Island Arsenal, mainly to administrative space.

Notice Date
6/18/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-08-ROCKISLAND
 
Response Due
7/2/2008
 
Archive Date
8/31/2008
 
Point of Contact
Katie E Lochner, 502-315-6189
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate HUBZone, 8(a), or Service Disabled Veteran Owned Business (SDVOB) contractors to set this project aside. Design and construction of a 6,000 SF office addition to the existing Police/Fire Station and renovation of the 9300 SF historic firehouse at Rock Island Arsenal, mainly to administrative space. The project scope will include the installation of an Intrusion Detection System (IDS), Building Information Systems, mass notification system and connection to installation central systems. Project will provide for the connection of an Energy Monitoring and Control System (EMCS) and fire/smoke detection/enunciation and suppression systems to installation central systems. Supporting facilities include electricity, water, sanitary sewer service; steam connection; paving; walks; curbs and gutters; stormwater management structures; landscaping, site work and utility relocations. Anti-Terrorism (AT) measures will be incorporated into the design including standoff distance from roads, parking areas, and vehicle unloading areas. A new HVAC system will serve the new addition and the renovated historic firehouse. All work shall comply with the Illinois State Historical Officers guidelines for work performed on this historic site. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) will be provided. This project is planned for advertising in July 2008. Contract duration is 540 days and estimated cost range according to the FAR is $1,000,000 to $5,000,000. NAICS is 236220. Size limitation is $31.5M. 20% of the work is to be self-performed. Estimated award date is September 2009. All interested contractors should notify this office in writing by mail, by 2:00 PM Eastern Time on 2 July 2008. If the company responding is a Small Business, SBA HUBZone certified or SBA 8(a) certified or SDVOB Responses must include: Identification and verification of the company as either SBA HUBZone certified or SBA 8(a) certified or SDVOB. Every contractor replying must include: (1) Past Experience Provide descriptions of projects completed within the last five (5) years which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include contiguous, non-retail, non-warehouse, administrative or office-oriented spaces greater than 10,000 SF. With each project experience provided, include the date when the project was completed, location of the project, contract amount and size of project, the portion and percentage of work that was self-performed, whether the project was design/build or not, how the project was accomplished, a description of how the experience relates to the proposed project, and performance rating for the work; (2) letter from bonding agency indicating performance and payment bonds approval for the project in the dollar range listed above ($1,000,000 to $5,000,000) NOTE: If qualified SBA HUBZone certified, or SBA 8(a) certified, or SDVOSB contractors do not provide satisfactory responses, this planned contract action will be approved for full and open competition. Send responses to: US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, ATTN: Katie E. Lochner, Louisville, KY 40202-2267. NOTE: This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61afbd530278a2cbd5386f4cd5759b93&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN01596510-W 20080620/080618220906-61afbd530278a2cbd5386f4cd5759b93 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.