Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

Z -- Full Facility Restoration (FFR) Reserve Center (ARC) Louisville District

Notice Date
2/16/2017
 
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-FFRARC
 
Point of Contact
Monique Jordan, Phone: 5023156207
 
E-Mail Address
monique.e.jordan@usace.army.mil
(monique.e.jordan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Full Facility Restoration (FFR) Independence, MO Army Reserve Center (ARC) Louisville District Solicitation Number: W912QR-FFRARC Response Date (MM-DD-YYYY): 02 March 2017 Description: A market survey is being conducted to determine if there are a reasonable number of interested contractors for the renovation of a 35,700 SF existing training building and 13,800 SF Organizational Maintenance Shop (OMS) in Independence, MO. This project primarily consists of the design and renovation of the training building and OMS. Major systems to be renovated include electrical, mechanical, plumbing, architectural, IT, and fire protection. The project will be designed and constructed to current Department of Army sustainable design standards. Current ADA standards will also be followed. Contract duration is estimated at 540 calendar days. The estimated cost range is between $5.0 Million to $10 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 March 2017 by 1:00 PM Eastern Standard Time. Provide descriptions of your firm's past experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating DB experience for projects of similar type buildings, managing a design team and managing multiple sub-contractors. Demonstrated experience includes self-performing 15% of the construction. 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: Major renovations of National Guard Armories, Army Reserve Centers, Armed Forces Training Centers, office complexes, educational facilities, and vehicle maintenance shops as well as experience with multi-story facilities. Project can also include experience in new construction; however, project scope should be at least 75% renovation. Prefer experience with similar or greater in size, which includes major renovation projects of approximately 27,000 square feet or greater. b. Projects similar in size to this project include: Minimum 27,000 BGSF c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build and if it was renovation or new construction. 5. The portion and percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 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 Monique Jordan at monique.e.jordan@usace.army.mil. If you have questions please contact Monique Jordan at monique.e.jordan@usace.army.mil. This is NOT a Request for Proposal (RFP) 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-FFRARC /listing.html)
 
Place of Performance
Address: United States
 
Record
SN04405168-W 20170218/170216234536-44c78698bdf0f5da9a12010d30ac8f9d (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  © 1994-2020, Loren Data Corp.