SOURCES SOUGHT
99 -- Area Maintenance Support Activity, Wright-Patterson AFB
- Notice Date
- 12/12/2019 5:21:42 AM
- Notice Type
- Sources Sought
- NAICS
- 23622
—
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-20-AMSA-WRIGHTPATTERSON
- Response Due
- 1/2/2020 9:00:00 PM
- Archive Date
- 01/18/2020
- Point of Contact
- Scott C. Ferguson, Phone: 5023156215
- E-Mail Address
-
scott.ferguson@usace.army.mil
(scott.ferguson@usace.army.mil)
- 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 design-bid-build project is to construct a new Area Maintenance Support Activity/Vehicle Maintenance Shop. The building will be 16,128 SF. Building(s) will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); lubrication distribution, waste oil disposal system, and compressed air systems; and plumbing, mechanical, and security systems; and electrical systems and transformer. Supporting facilities include land clearing, paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including 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 600 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 23622. 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 03 January 2020, 11:59PM Eastern Standard Time.Responses should include: Project Minimum Criteria: Provide descriptions of your firm’s past experience on no more than three projects with greater than 95% construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating Design-Bid-Build experience for new building projects of similar types of buildings involving management of multiple sub-contractors.a. Projects considered similar in scope to this project are new construction buildings to include Vehicle Maintenance Shops, Orgnizational Maintenance Buildings, and Industrial Shop/Maintenance Spaces. Renovation projects are NOT considered similar scope. b. Projects similar in size will include: building(s) having a combined square footage of at least 10,000 SF.Base on the definitions above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Size of the project (combined building SF, acres of construction site work, etc.) Scope of the project. Include any specific trades, site work, utility connections, mechanical systems, HVAC commissioning, roof systems, etc. The portion and percentage of work that was self-performed. Describe the work your company self-performed. Must be at least 15% self-performed. Provide 2 referencesPM contact information: Brandon T. Martin, (502) 315-6407, brandon.t.martin@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aa31fb3efef54df7a9385103c6b99b8a/view)
- Place of Performance
- Address: OH-05, OH, USA
- Country: USA
- Country: USA
- Record
- SN05515895-F 20191214/191212230311 (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 |