Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
MODIFICATION

Y -- Design/Bid/Build construction of an Army Reserve Center in Mattydale New York

Notice Date
10/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-15-MattydaleARC
 
Archive Date
10/30/2015
 
Point of Contact
Rey V. Custodio,
 
E-Mail Address
rey.v.custodio@usace.army.mil
(rey.v.custodio@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 is for the construction of a 400-member Army Reserve Center (ARC). Primary facilities include construction of an ARC training building (70,000 SF), collocated Area Maintenance Support Activity (AMSA) / Organizational Maintenance Shop (OMS) (16,000 SF), and an unheated storage building (3,000 SF). Buildings will be of permanent construction with reinforced concrete foundations; concrete floor slabs; insulated concrete form (ICF) walls; low-slope or sloped PVC roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Building will need to be certified LEED Silver. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 234 Tons). Contract duration is estimated at 720 days. The estimated cost range is between $10 Million - $25 million. NAICS code is 236220 All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 10/15/2015 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Educational facilities, Army Reserve Centers, Military Headquarters buildings, Vehicle Maintenance shops, and Office buildings. b. Projects similar in size to this project include: Building(s) having a combined square footage of at least 50,000 SF and minimum of 10 acres of construction site work. c. Based on the information 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. Please make sure you discuss experience in the following three areas if applicable. a. Successful experience in constructing multistory ICF walls. b. Successful experience installing sloped PVC roofs c. Successful experience in certifying projects for LEED through the Green Building Council Institute (GBCI) utilizing the campus approach c. Size of the project (combined building SF, acres of construction site work, etc.) d. The portion and percentage of work that was self performed. Describe the work your company self performed. e. Whether the project was design/build or design/bid/build. f. Provide 2 references 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for ge neral construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Rey Custodio at Rey.V.Custodio@usace.army.mil. If you have questions please contact Rey Custodio at Rey.V.Custodio@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-15-MattydaleARC/listing.html)
 
Record
SN03917935-W 20151010/151008234634-2c66fd2067b3bfc1021d70ab78f24abf (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.