Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOURCES SOUGHT

Y -- Renovate Law Office and Acquisition Facility F/20011 - Wright-Patterson AFB, OH

Notice Date
6/24/2011
 
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-WPAFB-F20011
 
Response Due
7/8/2011
 
Archive Date
9/6/2011
 
Point of Contact
Patrick Duggins, 502-315-6187
 
E-Mail Address
USACE District, Louisville
(patrick.j.duggins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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: Comprehensive 97,000 square foot interior renovation which includes replacement of HVAC, power, lighting, plumbing, telecommunication, fire protection suppression, and architectural systems in an occupied building. Replace interior partitions, finishes, doors, frames, and the elevator. Exterior renovation includes replacement of the roof, replacement of entrances, new windows, new doors, repair of exterior stairs, and restoring the exterior wall surface. Project will include construction of a secure vault in accordance with DCID 6/9 standards. The construction will be executed in three phases. Contract duration is estimated to be 420 Days with an estimated cost range between $10M - $25M, the current target ceiling for this contract is closer to $14M. NOTE: This is the estimated construction award amount and does not include real estate, S&A, DDC or contingency. NAICS is 236220. 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 08 JULY 2011 @ 2:00 PM EST. 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) small business, or Service Disabled Veteran Owned Small 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 projects with greater than 95% construction complete or those projects completed within the last 5 years which are similar in size, scope and dollar value. Projects considered similar in scope to this project include: Major interior renovation of occupied facilities that required phasing of the construction. Major renovations involving replacement of HVAC, power, lighting, plumbing, telecommunication, fire protection suppression, architectural, and roof systems. Renovation of historic buildings both interior and exterior. Construction of secure vault space in accordance with DCID 6/9 standards. With each project experience provided, include current percentage of construction complete and the date when it was or will be completed. For each project identify if the scope included construction of secure vault space in accordance with DCID 6/9 standards, major interior renovation of occupied facilities that required phasing of the construction, major renovations involving replacement of HVAC, plumbing, telecommunication and architectural systems, renovations of historic buildings both interior and exterior. For each project sumbitted also include the original contract amount, modification costs, and size of the project (stories, SF, etc.), and mentor-protege relationships, the portion and percentage of work that was self-performed, whether the project was Design/Bid/Build or not, and a description of how the experience relates to the proposed project. Projects similar in size to this project include: Minimum 85,000 Square feet in size. Projects similar in dollar value to this project will fall within the range of $10M - $25M. SEND RESPONSES TO THE US ARMY CORPS OF ENGINEERS, LOUISVILLE DISTRICT, 600 DR. MARTIN LUTHER KING JR. PLACE, ROOM 821, ATTN: PATRICK DUGGINS, LOUISVILLE, KY 40202-2267 or via email to Patrick.J.Duggins@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-WPAFB-F20011/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
SN02482229-W 20110626/110624235014-2c17194c6e5448cdd38ea6314179fbdb (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.