Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
MODIFICATION

Y -- Department of Veterans Affairs Construction of the South Parking Garage for the New Veterans Affairs Medical Center, Louisville, Kentucky

Notice Date
2/12/2018
 
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
W912QR-18-VALouisvilleGarage
 
Archive Date
3/1/2018
 
Point of Contact
Joshua A. Gitchel, Phone: 5023156196
 
E-Mail Address
joshua.gitchel@usace.army.mil
(joshua.gitchel@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. This project includes new construction of structured parking for approximately 1,200 cars. This project will construct the South Parking Garage for the replacement of the existing Medical Center currently located on Zorn Avenue. The existing property will be disposed of once vacated. This disposal effort is not included in this construction contract. Contract duration is estimated at 417 calendar days. The estimated cost range is $25,000,000 to $100,000,000, but closer to $25,000,000. 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 14 February 2018 by 1:00 PM Eastern Standard Time. If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category (small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). Complete Item 4 below for the feature(s) of work you are interested in. 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 seven (7) 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: New Construction of multi-level parking garages. b. Projects similar in size to this project include: New construction of parking garages of at least three stories and 500 spaces will be considered similar in size. 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, in terms of number of parking structure levels and spaces for new construction of structured parking. 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 project and construction management services or physical vertical and horizontal construction by construction trade. 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 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Josh Gitchel at Joshua.A.Gitchel@usace.army.mil. If you have questions please contact Josh Gitchel at Joshua.A.Gitchel@usace.amy.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 parties 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-VALouisvilleGarage/listing.html)
 
Place of Performance
Address: Louisville, Kentucky, United States
 
Record
SN04820538-W 20180214/180212231854-3816556873855a4b742180a1c3c09097 (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.