Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

Y -- Design/Bid/Build, Remove Deluge Tank, Buidling 7002

Notice Date
1/18/2018
 
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-18-WESTOVERARB
 
Archive Date
2/16/2018
 
Point of Contact
Karla B. Wright, Phone: 5023156990
 
E-Mail Address
karla.b.wright@usace.army.mil
(karla.b.wright@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 Design/Bid/Build to provide all labor, material, and equipment necessary to safely complete the following work related to the Deluge Tank Building 7002 on time and within budget. Replace existing 10 inch bypass water supply main and altitude valve with a 14 inch valve along with associated piping and 14 inch shut-off valve. Interconnect existing water mains with new 16 inch line (approximately 240 LF). Provide new supply line from 16 inch main to existing 12 inch fire pump draw lines. Install valves and applicable sensors as required. Demolition of existing concrete deluge tank, lines, backflow preventer, and valves. Repair asphalt surfaces damaged during water line installation. Contract duration is estimated at 180 calendar days. The estimated cost range is between $25,000,000 and $50,000,000. 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 on 1 February 2018 by 3:00 p.m. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number 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. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: The scope of services for similar projects will include project management and physical construction of water mains and associated valves with interconnections between new and existing systems. b. Projects similar in size to this project include: At least 200+ liner feet of water main. 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. 5. The type and percentage of the contract cost, excluding cost of materials that was self-performed as physical vertical and horizontal construction trade(s). 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 8. The portion and percentage of the project that was self-performed. 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 Contract Specialist karla.b.wright@usace.army.mil. If you have questions please contact Ms. Karla B. Wright at 502-315-6990. 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-18-WESTOVERARB/listing.html)
 
Place of Performance
Address: Westover Air Reserve Base, MA, Building 7002, Hampden County, Chicopee, Massachusetts, 01022, United States
Zip Code: 01022
 
Record
SN04793075-W 20180120/180118231214-d30f627c6a2c810763e163cf12ee44d3 (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.