Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
MODIFICATION

Y -- Automotive Test Evaluation Facility (ATEF) Phase III, Aberdeen Proving Grounds, MD

Notice Date
12/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0004
 
Response Due
12/27/2011
 
Archive Date
2/25/2012
 
Point of Contact
Kevin Cook, 410-962-2935
 
E-Mail Address
USACE District, Baltimore
(kevin.j.cook@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(Correction of response date in last paragraph): THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of the Automotive Test Evaluation Facility (ATEF) Phase III at Aberdeen Proving Grounds, MD with an estimated cost between $10 Million and $25 Million. This project is design bid build. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Construction of the Automotive Test Evaluation Facility (ATEF) Phase III. This project consist of expanding the existing track to accommodate testing of military vehicles, stabilizing run off areas, construction of an operations center with offices, maintenance bays, a crane, information systems and civil site work. Potential contractors must have experience in HVAC work, electrical, water/sewer, paving, concrete, storm drainage and information technology wiring. In addition, potential sources must have experience in fluid schedule management and overall project management. Maintaining construction schedule is critical. To Include: 1. Company name, address, phone number and point of contact. 2. Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned small business. Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award, Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. Demonstrate experience in the type of work at the similar contract value, in a similar type of location. 4. Provide three (3) examples of projects similar to requirements described above within the past three (3) years. Include point of contact information for examples provided as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than twelve (12) pages. 7. Email responses are required. Only interested SMALL BUSINESS PRIME CONTRACTORS should submit a narrative demonstrating their experience in this type of work at the similar contract value in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Small Business contractors must perform a minimum of 20% of the work. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Responses are to be sent via email to kevin.j.cook@usace.army.mil no later than 1:00 p.m. 27 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0004/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02638509-W 20111215/111213234730-dbbfcc8ef4c14ee2987395b15c2bb835 (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.