Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOURCES SOUGHT

Y -- Construction of Advanced Power and Thermal Research Lab.

Notice Date
6/23/2009
 
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-09-WPAFB
 
Response Due
7/8/2009
 
Archive Date
9/6/2009
 
Point of Contact
Patrick Duggins, 502-315-6187<br />
 
E-Mail Address
US Army Corps of Engineers, Louisville
(patrick.j.duggins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a certified HUBZONE, 8A, Service Disabled Veteran Owned Business (SDVOB), or general small business and you are interested in this project please respond appropriately. The proposed project is called Conversion For Advanced Power and Thermal Research Laboratory, and will be constructed at Wright-Patterson Air Force Base in Dayton, Green County, Ohio. The scope for this project is to provide approximately 53,000 square feet of new laboratory space for conducting advanced research in electrochemistry, mechanical energy conversion, thermal management, power distribution, and power electronics. The project scope includes complete interior demolition including floor slabs of the existing Building 23 including substantial asbestos abatement and disposal, and constructing new three new floors and laboratories. The new laboratory space will include areas for materials processing, data acquisition, clean room operations, dry room operations, and fabrication facilities and a copper shielded high bay. The electrical load for this lab will approximately be 3250 KVA, and the laboratory will require approximately 700 tons of cooling. The acquisition strategy will be design-build, and the estimated award date is January 2010. Contract duration is estimated at 700 days. The estimated cost range is between $10,000,000.00 and $20,000,000.00. NAICS is 236220. All interested certified HUBZONE, 8A, Service Disabled Veteran Owned Business (SDVOB) or general small business contractors should respond to this survey by email NLT 23 June, 2009, 10:00 am, local time. Responses should include: (1) Identification and verification of the companys small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - provide descriptions of projects that are planned to be substantially complete by December 2009 or have been completed within the last seven years which are similar to this project in size, scope, and dollar value. Similar in size to this project is defined as new laboratory construction that is at least 40,000 square feet in size. Similar in scope to this project is defined as new laboratory construction that involves advanced research into energy, power or thermal sciences with clean rooms and wet laboratories. Similar is dollar value to this project is defined as construction projects that cost at least $15,000,000. Note: Only project experience serving as the prime contractor will qualify. With each project experience provided, include the date when the project was completed or will be complete, location of the project, your firms role on the project, contract amount, square footage of the construction, the portion of work that was self performed, the percentage of work that was self performed, and a description of how the experience specifically relates to the proposed project. (4) A statement on the portion of the work that will be self performed on this project, and how it will be accomplished. Responses from proposed joint ventures between large and small business concerns (HUBZONE, 8(a), SDVOB), or a contractor team established as a Mentor-Protg, shall state what portion of the work each contractor will self perform. Please only include a narrative of the requested information; addition information will not be reviewed. Send responses to Gloria.R.Ritter@usace.army.mil. If you have questions please call Gloria Ritter at 502-315-6175. This is NOT a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-WPAFB/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01854123-W 20090625/090624001028-c42c1b17986780583699a405cbf6bc54 (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.