Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
MODIFICATION

Y -- Ft. Buchanan Training Building – Design/Build

Notice Date
2/1/2018
 
Notice Type
Modification/Amendment
 
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
W912QR18FortBuchananTrainingBuilding
 
Archive Date
2/22/2018
 
Point of Contact
Dominique Doyle, Phone: 5023156137, Trisha L Oakes, Phone: 5023156256
 
E-Mail Address
dominique.doyle@usace.army.mil, trisha.oakes@usace.army.mil
(dominique.doyle@usace.army.mil, trisha.oakes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 This project will provide a 1000-member training facility building with educational, assembly, kitchen, arms vault, weapons simulator, physical fitness, restrooms with showers and lockers, and storage areas for 15 Army Reserve units. The project will also provide adequate parking for privately-owned vehicles. The building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism force protection and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. 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 720 days The estimated cost range is between $10,000,000.00 and $25,000,000.00 in accordance with DFARS 236.204. 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 07-FEB-2018 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Agency Identifier (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. Provide documentation demonstrating construction experience for building projects of similar type building involving management of multiple sub-contractors. Demonstrated experience includes self-performing 15% of the work. a. Projects similar in scope to this project include: Projects considered similar in scope and dollar value to this project include new construction of National Guard armories, Army Reserve Centers, Armed Forces Training Centers, Office Complexes, and Education Facilities. Construction of pre-engineered buildings is not considered similar and does not count toward a project of similar scope or size. b. Projects similar in size to this project include: 52,800 square feet or greater in accordance with DFARS 236.204 the construction magnitude is estimated to be between $10,000,000.00 and $25,000,000.00. 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 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 Dominique F. Doyle at Dominique.Doyle@usace.army.mil. If you have questions please contact Dominique F. Doyle at Dominique.Doyle@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/W912QR18FortBuchananTrainingBuilding/listing.html)
 
Place of Performance
Address: Fort Buchanan, San Juan, Puerto Rico, 00965, United States
Zip Code: 00965
 
Record
SN04807120-W 20180203/180201231607-1cb7cd2b7d58148967bd53e7ac5c82ab (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.