SOURCES SOUGHT
Y -- Renovation and Addition to a Military Intelligence Reserve Center (MIRC) at Ft. Sheridan, IL
- Notice Date
- 6/9/2011
- 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-FTSHERIDAN
- Response Due
- 6/20/2011
- Archive Date
- 8/19/2011
- Point of Contact
- Michael Hutchens, 502-315-6180
- E-Mail Address
-
USACE District, Louisville
(michael.d.hutchens@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A Market Survey is being conducted to determine if there are interested and qualified Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors for the following proposed project: Renovation and addition to a Military Intelligence Reserve Center (MIRC) at Ft. Sheridan, IL (Lake County). The new addition building will be of permanent construction, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. 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. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Contract duration is estimated to be 475 days and with an estimated cost range between $5,000,000 and $10,000,000. NAICS is 236220. Size limitation is $33.5 Million. All interested Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors should notify this office in writing by mail on or before 20 June 2011, 10:00 am Eastern Standard Time. Responses should include: (1) Identification as a Small Business or verification of the company by the Small Business Administration, as either a certified HUBZone, certified 8(a), or Service Disabled Veteran Owned Business,, (2) The level of performance and payment bonding capacity that the company could attain for the proposed project, (3) Past Experience as a prime contractor-. Provide descriptions of your firm's past experience on preferably three separate projects which are similar to this project in size, scope, and dollar value. These projects should be at greater than 90% construction completion or completed within the last five years a.Projects similar in size will include: new construction or renovation projects with a total of 40,000 SF. Construction of pre-engineered buildings does not count toward the requested experience. b.Projects considered similar in scope include: renovation or construction of secured facilities, information technology/data center, buildings with raised floor area with electrical power backup, national guard armories, army reserve centers, office complexes, and past work with Army Corps of Engineers. c. Projects of similar dollar value will include: renovation construction projects with an original contract amount in the range of $6,000,000 to $10,000,000. Based on definitions above, for each project submitted include: a.current percentage of construction complete and the date when it was or will be completed. b.scope of the project c.size of the project d.dollar value of the project: e.the portion and percentage of work that was self performed, f.description of how the experience relates to the proposed project. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, ATTN: Michael Hutchens, Louisville, Kentucky 40202-2267 or by email to Michael.D.Hutchens@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 for responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-FTSHERIDAN/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02468475-W 20110611/110609234637-ee4a4b3883609253bcbb1accbdb01d41 (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 |