Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOURCES SOUGHT

Y -- Wing Training and Readiness Facility. Lackland, TX Includes construction of building access roads, parking areas, site utilities, site improvements, reinforced concrete foundations

Notice Date
5/6/2010
 
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-LACKLAND
 
Response Due
5/20/2010
 
Archive Date
7/19/2010
 
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: 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. Wing Training and Readiness Facility, Lackland, TX. Includes construction of building access roads, parking areas, site utilities, site improvements, reinforced concrete foundations, structural steel framing, brick masonry exterior walls, metal standing seam roofing on metal decking. The project provides for construction of load bearing masonry partitions, non-load bearing metal stud and gypsum board interior partitions and handicapped accessibility features, required by code. Mechanical work includes installing new Heating, Ventilating and Air Conditioning equipment to serve the new facility, balancing the HVAC air-handling system, installing new direct digital HVAC controls and installing a new automatic fire sprinkler to serve the new building. Electrical work includes installing new electrical service distribution components, energy efficient light fixtures, communications and data systems and fire detection and alarm systems to serve the new building. The project also provides for demolition of Building 912. Exterior and interior finishes will be consistent with installation architectural compatibility standards. The proposed project shall be designed and constructed according to current AT/FP standards and shall be able to receive a United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) rating of Silver. The Construction Contract Cost Limit (CCCL) for the Base Bid is between $5 Million to $10 Million. This is the estimated construction award amount and does not include real estate, S&A, DDC or contingency. Provide descriptions your firms past experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. a. Projects considered similar in scope to this project include: office buildings, schools, auditoriums, Reserve Centers b. Projects similar in size will include: new construction projects with a total of 14,000 SF. c. Projects of similar dollar value will include: new construction projects with an original contract amount in excess of $7.0M. All interested contractors should notify this office by email by May 20, 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. Similar projects are expected to consist of least 14,000 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-LACKLAND/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
SN02142925-W 20100508/100506235528-d4978c281b28470653a208eedc6cecb9 (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.