Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOURCES SOUGHT

Y -- Design/Bid/Build Upgrade existing range to standard 16-lane Automated Record Fire Range (ARFR) at Ft. Devens RFTA, Massachusetts

Notice Date
8/9/2012
 
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-12-FTDEVENSARF
 
Response Due
8/23/2012
 
Archive Date
10/22/2012
 
Point of Contact
Lisa Duffy, 502-315-6198
 
E-Mail Address
USACE District, Louisville
(lisa.a.duffy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project includes upgrading to a standard 16-lane Automated Record Fire Range (ARFR), range operations control area, range control tower, classroom building, and building information systems. Supporting facilities include electric service, site improvements, and information systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Demolish 4 buildings at Fort Devens, MA (612 Total SF). Air Conditioning (Estimated 25 Tons). The following capabilities are required for successful contract performance - Stationary infantry targets (SITs) emplacements. Contract duration is estimated at 300 days. The estimated cost range is approximately $4,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 08-23-2012 by 10:00AM Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - Provide descriptions of your firm's past experience on projects more than 90% complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. a. Projects similar in scope to this project include: Open fire ranges that would include industrial facilities, education facilities, vehicle maintenance shops, warehouses, or multi-story buildings. b. Projects similar in size to this project include: New construction projects with single building or multiple building with a combined total of 2,500 SF. c. Projects similar in dollar value to this project include: Minimum of $4M. (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses Lisa Duffy at lisa.a.duffy@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Lisa Duffy, Louisville, KY 40202-2267. If you have questions please contact Lisa Duffy at lisa.a.duffy@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-12-FTDEVENSARF/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
SN02833148-W 20120811/120810001009-38ba323985f4e72a6e13e42d5f29ab64 (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.