Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOURCES SOUGHT

Z -- PN 85958 SOF Combat Medical Training Facility, Ft Bragg, NC

Notice Date
6/8/2017
 
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, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-17-R-0021
 
Archive Date
6/30/2017
 
Point of Contact
Carol Jayroe, Phone: 9102514110
 
E-Mail Address
Carol.B.Jayroe@usace.army.mil
(Carol.B.Jayroe@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR PN 85958 SOF Combat Medical Training Facility, Ft Bragg, NC This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to demolish existing facilities and construct a laboratory instructional facility. The scope of work includes the construction of classrooms, test center, reference library, administrative area, conference room, break area, supply and storage areas, male and female shower/locker rooms, and elevator. 32,900 SF in size, and significant site work. Built-in building systems include fire alarm/mass notification, fire suppression, utility management control, telephone, advanced communications networks, cable television, intrusion detection, closed circuit surveillance, electronic access control, and protected distribution. Supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), lighting, parking, access drives, roads, hardstands, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) "Silver" with enhanced commissioning. Access for persons with disabilities will be provided. Comprehensive interior design, electronic security systems, and audio visual design services are included. All defined work is contiguous in nature, and considered a single site. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. All interested firms with 236220 as an approved NAICs code have until 15 June 2017 at 12:00 p.m. EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, (i.e., letter of certification from VA confirming SDVOSB status). The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. Note: The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work as a prime contractor in the area of Building Construction on three (3) recent projects equal to or greater than $5,000,000.00 in value (not more than six (6) years old.). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation. Similar Projects may include design-build projects of laboratory facilities. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Evidence of experience with design-build projects that include site design, requiring submission of conceptual site plans and schematic site/land-use plans. - Evidence that key personnel (site superintendent and quality control manager) have significant experience with construction projects, security restrictions. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Carol Jayroe E-mail: carol.b.jayroe@usace.army.mil The email should be entitled: Sources Sought, PN 85958 SOF Combat Medical Training Facility, Ft Bragg, NC. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b352db91a0ff28914486283cb75cb5e)
 
Place of Performance
Address: Fort Bragg, North Carolina, United States
 
Record
SN04537848-W 20170610/170608234953-8b352db91a0ff28914486283cb75cb5e (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.