Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOURCES SOUGHT

Y -- Starkville, MS Army Reserve Center

Notice Date
5/3/2016
 
Notice Type
Sources Sought
 
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-16-ARC-STARKVILLE
 
Archive Date
6/2/2016
 
Point of Contact
Scott A. Henry, Phone: 5023156791
 
E-Mail Address
scott.a.henry@usace.army.mil
(scott.a.henry@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, 8(a), or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is to provide all labor, material, and equipment necessary to safely construct an Army Reserve Center on time and within budget. The project includes: Design and construct a 100-member Army Reserve Center (ARC). Primary facilities include construction of an ARC Training Building (24,858 SF), Organizational Maintenance Ship, OMS, (6,774 SF), and an Unheated Storage Building (761 SF) per Unified Facility Criteria (UFC), and specifically the U.S. Army Reserves Design Guide. Buildings will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation, and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include a vehicle wash-rack/platform, land clearing, paving, fencing, general site improvements and utility connections. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 580 days. The estimated cost range is between $5,000,000 and $10,000,000. The 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 18 May 2016 by 1:00 PM Eastern 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 90 percent completion or projects completed in the past five (5) years which are similar to this project in size and complexity 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. The scope of services for similar projects will include project management and physical construction of new Army Reserve Centers. Projects considered similar in scope and dollar value to this project include new construction projects for Army Reserve Centers, Armed Forces Training Centers, National Guard Armories, office complexes, and education facilities such as high schools and university buildings of approximately 18,000 SF or greater. For projects that are combined new and renovation construction, at least 18,000 SF will have been new work for additional building footprint and shall be clearly delineated in descriptions of work. Clearly delineate the dollar amount for the total project and percentage of contract value and square footage that was new versus renovation. Also include the following: current percentage of construction complete and the date when it was or will be completed; scope of the project (delineate new and renovation scope if applicable; size of the project (delineate new and renovation square footage if applicable); dollar value of the project (delineate new and renovation value if applicable); the portion and percentage of work that was self-performed; and identify whether the project was design/build or not. Please submit project examples and narrative demonstrating Army Reserve Center experience and experience managing and constructing a complex similar to that provided in the Project Description above. Provide documentation demonstrating D/B experience for LEED certified new construction and/or renovation projects of similar type buildings. Provide documentation demonstrating capacity to manage a design team and manage multiple design and construction sub-contractors. Demonstrated experience must include identification of self-performing 15% of the construction. 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 general 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 Scott Henry at scott.a.henry@usace.army.mil. If you have questions please contact Scott Henry at scott.a.henry@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-16-ARC-STARKVILLE/listing.html)
 
Place of Performance
Address: Starkville, Mississippi, United States
 
Record
SN04104403-W 20160505/160503235424-1819376803318bc7d20739b5f7a78450 (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.