Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOURCES SOUGHT

Y -- Training Support Annex

Notice Date
1/23/2017
 
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-17-FHLCA-TrainingSupportAnnex
 
Archive Date
2/21/2017
 
Point of Contact
Stephen D. Ramsey, Phone: 5023156214
 
E-Mail Address
stephen.d.ramsey@usace.army.mil
(stephen.d.ramsey@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, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is to construct a 6,000 square foot Training Support Facility for the installation's expanding training mission to support academic and field training. The facility will include storage areas for training aids and equipment, installation training resources, and soldier skills, issue center, administrative office, toilets, are included in the facility. Accessibility for the disabled will be provided. Contract duration is estimated at 425 calendar days. The estimated cost range is between $1 Million to $5 Million. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 02/06/2017 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: Design/Build new construction of National Guard armories, Army Reserve Centers, Armed Forces Training Centers, office complexes, and maintenance bays. Construction of pre-engineered buildings may count toward a project of similar scope or size. b. Projects similar in size to this project include: Projects similar in size will include projects with new construction of approximately 2,500 sf or greater. New construction in excess of $1,000,000 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 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 was design/build or not 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 Stephen (Dusty) Ramsey at Stephen.D.Ramsey@usace.army.mil. If you have questions please contact Stephen (Dusty) Ramsey at Stephen.D.Ramsey@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-17-FHLCA-TrainingSupportAnnex/listing.html)
 
Place of Performance
Address: Fort Hunter, Liggett, California, 93928, United States
Zip Code: 93928
 
Record
SN04378388-W 20170125/170123234720-a88983061c7848e745382de651ff6ade (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.