Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

Y -- Scott Air Force Base Building 1600 Swing Space

Notice Date
12/3/2019 5:04:17 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-B1600SwingSpace
 
Response Due
10/18/2019 4:00:00 PM
 
Archive Date
01/10/2020
 
Point of Contact
Kelly B. Maxwell, Contract Specialist
 
E-Mail Address
kelly.b.maxwell@usace.army.mil
(kelly.b.maxwell@usace.army.mil)
 
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. The proposed project is a design, bid, build requirement.Building 1600 renovation project at Scott AFB requires infrastructure placement and modular facility leasing to support approximately 450 personnel. Project will include base year plus 4 one-year options for lease of modular facilities and includes new furniture. The project consists of a 57,600 SF (28,800 SF each floor) 2-story modular facility constructed of 80 modular buildings (40 modular buildings on each floor) that are nominally 12' x 60' each. Construction includes all site utilities, elevator, and seismic bracing.Contract duration is estimated at 300 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. 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 18 October 2019 by 6:00 p.m. 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. Example projects must be of similar size and scope.a. Projects similar in scope to this project include: Construction, operation and maintenance of modular facilities. Construction experience should show ability to provide infrastructure including foundation work, electrical, water and sewer systems.b. Projects similar in size to this project include: 35,000 sf 2-story singular modular facility that housed a minimum of 300 personnel.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 (DEVIATION 2019-O0003); 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 Kelly Maxwell. If you have questions please contact Kelly Maxwell at Kelly.B.Maxwell@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
SAM.gov Permalink
(https://beta.sam.gov/opp/73f147e8ff6d4fc9a7511b206ff29229/view)
 
Place of Performance
Address: IL, USA
Country: USA
 
Record
SN05508015-F 20191205/191204050244 (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.