Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2013 FBO #4361
SOURCES SOUGHT

Y -- Design/Build project for the Design and Construction of a new Army Reserve Center at the Aberdeen Proving Ground, MD

Notice Date
10/31/2013
 
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-14-ABERDEEN-ARC
 
Response Due
11/12/2013
 
Archive Date
12/30/2013
 
Point of Contact
Michael Hutchens, 502-315-6180
 
E-Mail Address
USACE District, Louisville
(michael.d.hutchens@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. Design and build an Army Reserve Center (ARC). Primary facilities include construction of an ARC training building 69,009 SF; Organizational Maintenance Shop (OMS) 6,260 SF; and Unheated Storage Building 2,735 SF. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. The following capabilities are associated with this project: 1) Design and construction of Green Building Certification Institute LEED Silver projects; 2) environmental compliance with Clean Water Act permitting under Section 401 & 404 and MD wetland permitting requirements; 3) environmental management and compliance with regard to MD Coastal Zone Management Program, monitoring well removal and installation, protection of endangered plant and animal species; 4) specialized roof systems requiring registered roof observer; 5) specialized IT systems requiring registered communications distribution designer; 6) design and construction of facilities on an active duty military installation requiring coordination requirements for access, permits, and environmental compliance: 7) experience with USACE Unexploded Ordnance Avoidance requirements during excavation activities. Contract duration is estimated at 660 days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 12 November 2013 by 11:00 PM 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 descriptions your firm's past experience 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, scope, and dollar value. 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 similar in scope to this project include: army reserve complexes, armed forces training complexes, office complexes, education facilities, and multi-story multipurpose complexes. b. Projects similar in size to this project include: new construction projects with a combined total of 45,000 SF or greater. Based on definitions above, for each project submitted include: a.current percentage of construction complete and the date when it was or will be completed b.scope of the project to include design efforts c.size of the project d.dollar value of the project e.the portion and percentage of work that was self performed f.whether the project included UXO avoidance or environmental contamination Email responses to Mr. Michael Hutchens at Michael.D.Hutchens@usace.army.mil or mail to the US Army Corps of Engineers, Louisville District, ATTN: Michael Hutchens, 600 Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2267. If you have questions contact Michael Hutchens at Michael.D.Hutchens@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-14-ABERDEEN-ARC/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
SN03225670-W 20131102/131031234507-b660a09a52fd92859d774e49c7525a80 (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.