Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2013 FBO #4347
SOURCES SOUGHT

Y -- Design-build; SOF Group Support Battalion, PN 69446, Fort Carson, CO

Notice Date
10/17/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-14-S-M001
 
Response Due
10/31/2013
 
Archive Date
12/16/2013
 
Point of Contact
Edward Jackson, 402-995-2087
 
E-Mail Address
USACE District, Omaha
(edward.j.jackson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District anticipates that the Corps will use a One (1)-Step Selection Procedure for the Evaluation of Proposals in lieu of a Two (2)-Step Selection Procedure for this Design-Build project. For the One (1)-Step Process, offerors would only be evaluated on Performance Capability (e.g. Specialized Experience, Past Performance) and Price. Offerors would NOT be required to submit a Design-Technical Volume (conceptual drawings, technical approach narrative, or material/systems information). Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $25 MILLION and that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are to be sent via email to edward.j.jackson@usace.army.mil no later than 12:00 p.m. Central Time, Thursday, 31 October 2013. Scope of Work: Design and construct a 71,600 square foot company operations facility with company administrative and readiness modules and general purpose administration, and covered overhead protection. Building systems will include fire detection and suppression, energy management control integrated to match the local system, unclassified and classified communications networks, protected distribution system (PDS), intrusion detection, surveillance, and electronic access control systems. Supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), lighting, parking, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) quote mark Silver quote mark. Submission Details: All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than five (5) pages. Email responses are required. Please include the following information in your response/narrative: Company name, address, and point of contact, with (h)er/is phone number and email address DUNS number and CAGE Code for your company Business size (including type(s) of small business socioeconomic contracting program (i.e., 8(a), HUBZone, SDVOSB or WOSB programs, if applicable)) to include any official teaming arrangements as a partnership or joint venture Details of similar projects and state whether you were the Prime or subcontractor Dates of construction work Project references (including owner with phone number and email address) Project cost, term and complexity of job Information on your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $25 MILLION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-S-M001/listing.html)
 
Place of Performance
Address: Fort Carson Fort Carson Fort Carson CO
Zip Code: 80913
 
Record
SN03217956-W 20131019/131018085605-d16947c1d164544f6db7c0d7d9bef0d1 (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.