Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2019 SAM #6568
SOURCES SOUGHT

Y -- Single Company Operations Facility, Fort Carson, Colorado

Notice Date
11/21/2019 10:24:11 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
W9128F20S0031
 
Response Due
12/2/2019 1:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
William Rawe, Christine L. Wilson
 
E-Mail Address
william.t.rawe@usace.army.mil, christine.l.wilson@usace.army.mil
(william.t.rawe@usace.army.mil, christine.l.wilson@usace.army.mil)
 
Description
Sources Sought Notice Identification Number: W9128F20S0031This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $12M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.Responses are to be sent via email to william.t.rawe@usace.army.mil no later than 2:00 p.m. MST, 02 December 2019. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.Project Description:This is a fully designed project.Construct one single company integrated COF. Project includes administrative module, readiness module, covered hardstand, loading/service aprons, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, upgrades and repairs to Butts Road and Wilderness Road, intersection improvements, intersection signalization, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Electrical, heating, and air conditioning will be provided by standalone HVAC systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as required.Due to high potential for expansive soils at Fort Carson, additional foundation design will be required. 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.Submission Details:All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.Please include the following information in your response/narrative:• Company name, address, and point of contact, with (h)er/is phone number and email address• Business size to include any official teaming arrangements as a partnership or joint venture• Details of similar projects and state whether you were the Prime or Subcontractor• Start and end dates of construction work• Project references (including owner with phone number and email address)• Project cost, term and complexity of job• Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIESComments will be shared with the Government and the project management team, but otherwise will be held in strict confidence.PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $12M.Telephone inquiries will NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/92d080c1d89a43368adaf3c977d2be75/view)
 
Place of Performance
Address: 16000, CO 80902, USA
Zip Code: 80902
Country: USA
 
Record
SN05501176-F 20191123/191122081750 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.