Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOURCES SOUGHT

Y -- Construct a Tactical Equipment Maintenance Facility (TEMF). Primary facilities include the construction of a standard medium TEMF and organizational parking.

Notice Date
4/5/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-CORPUSCHRISTI
 
Response Due
4/20/2010
 
Archive Date
6/19/2010
 
Point of Contact
Nicholas Ebbinghaus, 5023157402
 
E-Mail Address
USACE District, Louisville
(nicholas.ebbinghaus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed project: Corpus Christi, TX. A MARKET SURVEY is being conducted to determine if there are adequate contractors for this proposed Design-Build project which meet the specific criteria for a competitive set-aside award. Construct a Tactical Equipment Maintenance Facility (TEMF). Primary facilities include the construction of a standard medium TEMF and organizational parking. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Special foundations are required due to site conditions. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 60 Tons). Estimated Advertisement Date: RTA 14 July 2010. Estimated Award Date: Award 31 August 2010.. Projects similar in size will include: new construction projects with a total of 35,000 SF. Projects of similar dollar value will include: new construction projects with an original contract amount in excess of $5.0M-$10.0M. All interested contractors should notify this office in writing by mail by April 07 2010, 2:00 PM Louisville local time. Responses should include: (1) Identification of the company as a Small Business and if applicable, the type of SBA program(s) (HubZone, 8(a), Small Disadvantaged Veteran-Owned Business, etc.) as appropriate. (2) past experience should describe completed projects, the percentage of self-performed work, how that was accomplished, demonstrate the ability to complete a project in one construction season without prolonged impact to airfield operations and the performance rating for the work. Similar projects are expected to consist of least 30,000 SF (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above, (4) a statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. NOTE: If qualified/certified Small Businesses do not respond, this planned contract action will be converted to a full and open competition. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. M.L. King, Jr. Place, Room 821, ATTN: Nicholas Ebbinghaus, Louisville, Kentucky 40202-2267 or by email to nicholas.ebbinghaus@usace.army.mil. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-CORPUSCHRISTI/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02113296-W 20100407/100405235330-fb2601cf1746ba2408d417b84ba26a32 (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.