SOURCES SOUGHT
Y -- Flight Simulator Facility at Niagara Falls ARB, New York; Niagara County
- Notice Date
- 10/25/2013
- 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-13-NIAGARA-MS
- Response Due
- 11/5/2013
- Archive Date
- 12/24/2013
- Point of Contact
- Jesse Scharlow, 5023156183
- E-Mail Address
-
USACE District, Louisville
(jesse.e.scharlow@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 facility is a new Flight Simulator facility (approx. 11,300 sf). The building is to be constructed with masonry walls, concrete foundation, concrete floor slab, and roof. Structure will include mechanical and electrical systems, electronic equipment rooms, fire suppression, hydraulic room, and communications support. Facility will accommodate a full motion C-130 flight simulator and administrative spaces. The simulator bay requires special structural, electrical, hydraulic, and HVAC systems to support simulator operations. The supporting facilities include general site improvements, utilities, parking, sidewalks, and water quality & water quantity control features. It is intended that the completed project will be able to receive a United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) rating of Silver. Contract duration is estimated at 540 days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 5 November 2013 by 12:00 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 - Request prime contractor experience on new construction and management of multiple sub-contractors. Provide past experience information on projects with greater than 90% construction complete, or those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating construction experience for multi-building projects of similar type buildings involving management of multiple sub-contractors. Additionally, the following capabilities are required for successful contract performance: a. Projects considered similar in scope to this project include: industrial facilities, hangars, vehicle maintenance shops, and warehouses. Construction of pre-engineered buildings does not count toward a project of similar scope or size. b. Projects similar in size will include: New or renovation construction projects with a single building or multiple buildings having a minimum of 8,000 SF per building. Based on definitions above, for each project submitted included: 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.The portion and percentage of work that was self performed e.Whether the project was design/build or design/bid/build Email responses to Mr. Jesse Scharlow at Jesse.E.Scharlow@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Jesse Scharlow, Louisville, KY 40202-2267. If you have questions please contact Jesse Scharlow at the email address above. 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-13-NIAGARA-MS/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
- SN03222423-W 20131027/131025233822-49d05df97639f1b2b0e8e4d5c0f64c6d (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 |