Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2016 FBO #5244
MODIFICATION

Y -- Single-Tier Parking Deck for EPA Cincinnati

Notice Date
3/31/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati OH 45268 USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-16-00030
 
Response Due
4/18/2016
 
Archive Date
5/31/2016
 
Point of Contact
Tharp, Scott
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be considered in determining whether to set-aside this requirement for small business concerns. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice. This will be a firm-fixed-price construction contract. The construction magnitude is between $5,000,000 and $10,000,000. The construction duration will be approximately 1 year. The anticipated North American Industry Classification System (NAICS) for this requirement is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5M. The project scope consists of providing a new single-tier parking deck over on-grade parking surface as designated in contract documents. Work shall include, but not limited to, excavation of existing grade, preparation of existing sub-grade, new cast-in-place concrete foundations and retaining walls, new precast concrete parking deck structure with field-applied topping slab, stairwell enclosures, parking lot and deck lighting, electrical power distribution and new panels, stormwater management and retention elements, landscaping and planting elements, restoration of affected portions of the site landscaping and paving, and restoration of site-security measures. This project includes removal of portions of existing parking lot and related landscaping, walkways, security elements, and parking lot lighting. In addition, the contractor will be required to provide temporary site access elements including, but not limited to, temporary driveways, temporary site security measures, and temporary signage. This project ¿s scope will also include two (2) Add Alternates. Add Alternate 1 requires the contractor to provide solar, LED parking lot pole light fixtures in modified layout on upper parking deck level in lieu of standard LED fixtures. Add Alternate 2 requires the contractor to provide wall-mounted planter boxes on interior face of upper level spandrel panel. Provide planting soil, plants, and fertilization. Provide drip irrigation system including water piping and valves, pump for extraction of water from underground storage tanks, rain barrels, pump controls and switching, and electrical power circuit for pump operation. Interested and qualified potential offerors should submit a capability statement which demonstrates their specialized experience and technical competency in projects with similar project scopes and dollar values. Capability statements shall be no longer than ten pages. Capability statements will be shared with appropriate Government personnel and the project design firm, but otherwise will be held in strict confidence. Capability Statements must include the following, at a minimum: 1.Company name, address, phone number, and email address for a point of contact. 2.Identify your company as a Large Business, Small Business, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zone (HUBZone), SBA Certified 8(a) or Women-Owned Small Business (WOSB). 3.Company ¿s CAGE Code and DUNS Number. 4.Indicate the primary nature of your business. 5.Percentage of work capable of being performed with your personnel and equipment. 6.A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. Responses are to be sent via email to tharp.scott@epa.gov no later than 3:00 pm EDT, April 18, 2016. All interested firms must register in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.sam.gov for additional registration information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-16-00030/listing.html)
 
Place of Performance
Address: OARM-CIN/IO US Environmental Protection Agency 26 West Martin Luther King Drive Cincinnati OH 45268 USA
Zip Code: 45268
 
Record
SN04068306-W 20160402/160331234531-4e7f7c73a27c1c8581816a1a4d4044c1 (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.