Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
MODIFICATION

Y -- Barstow ECS – TEMF and Warehouse

Notice Date
4/6/2018
 
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-BarstowECSWarehouseandTEMF
 
Archive Date
5/5/2018
 
Point of Contact
Glenn W. Moon, Phone: 5023156177
 
E-Mail Address
glenn.w.moon@usace.army.mil
(glenn.w.moon@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: This project is a design/bid/build project to construct a Modified Tactical Equipment Maintenance Facility (TEMF) and General Purpose Warehouse in the vicinity of Barstow, CA for Equipment Concentration Site (ECS) 171. Supporting facilities include land clearing, utility connections, concrete aprons, gravel Privately-Owned Vehicle (POV) parking, two vehicle wash racks, equipment loading ramp and an overhead crane spanning work bays. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) 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. Air Conditioning (Estimated 32 Tons). The TEMF facility is approximately 41,112 SF and the Warehouse is approximately 37,500 SF. Total of 78,612 SF. Contract duration is estimated at 700 calendar days. The estimated cost range is between $25.0 Million and $100.0 Million. NAICS code is 236220, Size Standard of 36.5 Million. 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 20 April 2018 by 1300 Eastern Standard Time. 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. Provide documentation demonstrating Design-Bid-Build experience for new building projects of similar types of buildings involving management of multiple sub-contractors. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Projects that are new construction buildings to include but are not limited to: Armed Forces Reserve Centers, Military Headquarters buildings, Educational facilities, Vehicle Maintenance shops, and Office buildings. Pre-engineered buildings will NOT be considered similar in scope. Renovation projects are NOT considered similar scope b. Projects similar in size to this project include: Projects which demonstrate the building(s) having a combined square footage of at least 58,000 SF and minimum of 10 acres of construction site work. 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 percentage of work that was self-performed as project and/or construction management services or physical construction type work. 5. Provide 2 references 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 Glenn Moon at Glenn.W.Moon@usace.army.mil. If you have questions please contact Glenn Moon at Glenn.W.Moon@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/W912QR-BarstowECSWarehouseandTEMF/listing.html)
 
Place of Performance
Address: Barstow, California, 92311, United States
Zip Code: 92311
 
Record
SN04881982-W 20180408/180406231318-9773202f0ec4b063e327646e8d85f074 (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.