Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOURCES SOUGHT

Y -- Sources Sought- Logistics Readiness Campus, Offutt AFB, NE

Notice Date
11/25/2020 7:55:51 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F21SM010
 
Response Due
12/14/2020 1:00:00 PM
 
Archive Date
12/29/2020
 
Point of Contact
Jessica Merrill, William Rawe
 
E-Mail Address
Jessica.L.Merrill@usace.army.mil, william.t.rawe@usace.army.mil
(Jessica.L.Merrill@usace.army.mil, william.t.rawe@usace.army.mil)
 
Description
Sources Sought: W9128F21SM010 General. �This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. � Notice Details. �The U.S. Army Corps of Engineers (USACE), Omaha District (CENWO), 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 $25M.� The responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions for this project. 3.� Project Scope. CENWO intends to acquire construction services to Construct general purpose storage building with loading docks for use as the base supply warehouse, at Offutt AFB, NE. This will be a Design-Bid-Build (DBB). �The project would demolish 2,248 SM (24,197 SF) of existing substandard warehouse space and other facilities in way of construction and construct a new consolidated warehouse facility. The facility would include logistics and administration areas, shipping and receiving operations areas, open storage areas, and loading and unloading aprons. Supporting facilities include underground utilities (water, sewer, gas), electric service, paving, sanitary sewer system, storm drainage, information systems, fire suppression systems, landscaping, site development, intrusion detection systems, and site improvements. Heating and air conditioning will be provided by self-contained system. Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of this project.� The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work.� The Government reserves the right to update this information as project planning documentation is published and updated.� Estimated Construction Cost (ECC):� The current ECC is between $10,000,000 and $25,000,000 Ref. DFARS 236.204 Disclosure of Magnitude of Construction Projects. 4. �Submission Details. All interested, capable, qualified (under NAICS code 236220 �Commercial and Institutional Building Construction�, related size standard is: $39.5M), 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.� Responses to this Sources Sought notice must be submitted electronically (via email) only, with SUBJECT: Sources Sought � Logistics Readiness Campus, Offutt AFB, NE. Please email to Jessica Merrill, Contract Specialist, Jessica.l.Merrill@usace.army.mil before 2:00 pm MST, Monday 14 December 2020. All responses must be received by the specified time and due date. Small Businesses that may have questions or concerns may also contact the CENWO Small Business Specialist at ������������������������ cenwo-sb@usace.army.mil�� Responses to this Sources Sought shall be limited to ten (10) pages total, and shall include the following information in your response/narrative: Company name, address, point of contact, phone number, e-mail address, CAGE and DUNS number. Identify any corporate affiliations. Business size to include any official teaming arrangements as a partnership or joint venture. As well as, any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB). Details of similar projects and state whether you were the Prime or Subcontractor. Dates of construction work. Project references (including owner with phone number and email address). Project cost, term and complexity of job. Information of your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES Comments 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 $25M 5. �Past Performance Information: 1) Please provide any past performance information for the previous 8 years that clearly demonstrates familiarity and experience with similar projects. Responses shall include two (2) projects maximum, each no more than five (5) pages, including any graphics and cover page, will be accepted for review. For each project, include the following information: Size, term, and complexity of job; Information on your role as either a prime contractor or sub-contractor; and Point of contact (POC) at the agency or prime contractor�s organization to verify contract information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 2) Provide bonding limits per project and aggregate. The Government may verify information in CPARS or PPIRS. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, may be published on Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a formal synopsis. � All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf5c26e39eb54a228c7751a1f25437bc/view)
 
Place of Performance
Address: Offutt AFB, NE, USA
Country: USA
 
Record
SN05861497-F 20201127/201125230139 (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  © 1994-2020, Loren Data Corp.