Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOURCES SOUGHT

C -- Potential Prime Construction Contractors for a Parking Structure

Notice Date
11/22/2013
 
Notice Type
Sources Sought
 
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-14-S-0009
 
Response Due
12/6/2013
 
Archive Date
1/21/2014
 
Point of Contact
Melissa Svetich, 443-654-7857
 
E-Mail Address
USACE District, Baltimore
(melissa.a.svetich2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 3:00 p.m. eastern standard time December 6, 2013. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH A MINIMUM SINGLE BONDING CAPACITY OF $25M concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to Melissa Svetich via email at Melissa.A.Svetich2@usace.army.mil no later than 3:00 p.m. eastern standard time, December 6, 2013. Project Description: The project will be a firm-fixed priced construction project on a restricted access area at Fort George G. Meade, MD. In accordance with DFAR 236.204, Disclosure of the magnitude of construction projects, the magnitude of this project is between $25,000,000 and $100,000,000. Additional project details include the following: The parking garage footprint is approximately 304' x 124' extending to eight elevated levels with parking on the ground level (9 levels total). The post-tensioned, cast-in-place concrete structure will accommodate approximately 1000 parking spaces and surface parking on either side of the parking garage will provide an additional 450 spaces. The structure consists of a set of double-threaded helix ramps with cross-overs on the fourth and eighth levels. An elevator/stair tower with 3 gearless traction and an open-air egress stair tower are on opposite sides of the structure. The deep foundation system uses steel H-piles driven approximately 50 VLF. The parking structure is classified as an quote mark Open Parking Structure quote mark by building code. The north and south facades are architectural precast spandrels and architectural metal mesh panels. The east and west facades use an infill treatment of vinyl-coated chain link fabric to allow for removal for future expansion of the parking garage on either side. The project site is approximately 11 acres on an existing campus development project. The site civil work includes the installation of the SWM features and the aforementioned parking lots. Utility installation includes a 480/277V transformer and life safety generator which tie into existing electrical ductbanks. Sewer and communication lines will also be connected to adjacent existing lines. Please fill out the included matrix. Your response should include the following information: details of similar contracts to include contract number, project references (including owner and with phone number and email address), size of contracts and scope of the projects. Also include previous projects you have completed for the U.S. Army Corps of Engineers and projects that required the submission to the Government of a Site Construction Security Plan (SCSP) and Building Construction Security Plan (BCSP). Proof of U.S. citizenship is also required to work on the project site. The last column in the matrix is quote mark Proposed Calendar Days quote mark. Input the suggested number of calendar days required to complete this project. Assume a start date of 31 October 2014. Additionally, provide information on your bonding capability- both single and aggregate as well as small business categories. Narratives shall be no longer than 10 pages. Email responses are required and should be submitted to Melissa Svetich via Melissa.A.Svetich2@usace.army.mil. Comments will be shared with the Government and the project design team but otherwise will be held in strict confidence. Offerors must fill out the attached matrix but the response may be in any format. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH MINIMUM SINGLE BONDING CAPABILITY OF $25,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0009/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03239517-W 20131124/131122234007-c52354e5f129d79da6749be8100f59fb (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.