Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2023 SAM #7886
SOURCES SOUGHT

99 -- Construction of Detroit Arsenal Ground Transport Equipment Building

Notice Date
6/29/2023 6:23:38 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-23-EQUIPMENTBLDG-DETRIOTARSENAL
 
Response Due
7/13/2023 11:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Morgan Greenwell
 
E-Mail Address
morgan.l.greenwell@usace.army.mil
(morgan.l.greenwell@usace.army.mil)
 
Description
Construction of Detroit Arsenal Ground Transport Equipment Building 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. Project Location: Detroit Arsenal � U.S. Army � 6501 East Eleven Mile Road, Warren, MI 48091 This project is for the design/bid/build construction of a standard design Multipurpose Training Range (MPTR) to be used for research, development, and testing of tank, automotive, and other ground transport equipment. The new facility will be approximately 31,800 SF with a high bay and a lower bay.� The high bay will be located over the test areas, pump room, and tool/storage room. The lower bay will be located over the control room, open office area, locker and restroom areas, conference, and break rooms, and supporting mechanical, electrical and communications rooms. The facility includes laboratory space containing research test beds, bridge cranes and support, control and observation rooms, operations support space, administrative spaces, equipment and material storage, vehicle access areas, and mechanical/electrical/utility support spaces in the form of hydraulic, water, power, and control wiring access points. Primary facilities include the Ground Transport Equipment Building, Organizational Vehicle Parking, and special foundations including vibration-isolation seismic mass foundations and specialized equipment flooring. An Intrusion Detection System (IDS) connection, and Energy Monitoring Control Systems (EMCS) connection are included. Heating and cooling will be provided by self-contained systems. Supporting facilities include site development, utilities, lighting, paving, storm drainage, information systems, landscaping and signage. Contract duration is estimated at 900 calendar days. The estimated cost range is between $25,000,000.00 and $100,000,000.00. 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 14 July 2023 by 2:00 PM Eastern 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 considered similar in scope to this project would be new construction of a large-scale heavy equipment research, development, and testing, and/or manufacturing facility with a high bay space and engineered foundations required to support unique equipment for research, development, testing, and/or manufacturing activities. b. Projects considered similar in size- new construction of 20,000 square feet or greater. c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 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; 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 Morgan Greenwell (morgan.l.greenwell@usace.army.mil). If you have questions, please contact Morgan Greenwell at morgan.l.greenwell@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://sam.gov/opp/5608790257914f3eadcb8efbff987249/view)
 
Place of Performance
Address: Warren, MI 48091, USA
Zip Code: 48091
Country: USA
 
Record
SN06733283-F 20230701/230629230059 (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.