Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2024 SAM #8230
SOURCES SOUGHT

99 -- New Construction of Area Maintenance Facility (AMSA) and Vehicle Maintenance Shop (VMS) - Richmond, VA

Notice Date
6/7/2024 9:10:01 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-AMSA_VMS_Richmond
 
Response Due
6/21/2024 11:00:00 AM
 
Archive Date
07/06/2024
 
Point of Contact
Alex Hamilton
 
E-Mail Address
alex.j.hamilton@usace.army.mil
(alex.j.hamilton@usace.army.mil)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concernsto set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned SmallBusiness or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately. 1.� Project Title:� Richmond � Vehicle Maintenance Shop/AMSA 2. NAICS: 236220 3.� Project Location:� The project is located in Richmond, Virginia. 4.� Short Project Description: � This project is a design/bid/build project to Construct a 15,000 SF collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) on Defense Logistics Agency (DLA) owned land at Defense Logistics Center Richmond (DSCR). The project will include information systems, fire protection and alarm systems, and energy monitoring control systems connection. Supporting facilities include land clearing, organizational and non-organizational paving, concrete aprons, vehicle wash rack/platform, bi-level equipment loading ramp, fencing, general site improvements and utility connections. Facilities will be designed in accordance with the Army Reserve Design Guide. Heating, ventilation, and air conditioning will be provided. Sustainability, energy, and cybersecurity measures will be provided as will furnishings, equipment, and accessibility for the disabled. Force protection physical security measures will be incorporated into the design including minimum standoff distances from roads, parking areas and vehicle unloading areas. Facilities will be designed to a minimum life of 40 years in accordance with DoD Unified Facilities Criteria 1-200-02 including energy efficiencies, building envelope and integrated building systems performance. � 5. �Type of action: �Construction - Design/Bid/Build 6.� Estimated Advertisement Date (Phase I):� April 2025 7. �Estimated Award Date:� June 2025 8.� Estimated Performance Period:� 730 days 9. Construction Cost Limit (CCL): NOTE: The CCL is the estimated construction award amount and does not include real estate, S&A, DDC or contingency. �� CCL is $18,000,000.00 10. Criteria: Responses should include: Identification and verification of the company�s small business status Contractor�s Unique Identifier and Cage Code. Description of Past Performance: Provide descriptions 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 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 but are not limited to: Armed Forces Reserve Centers, Military Headquarters buildings, Vehicle Maintenance shops, and Office buildings. �Renovation projects are NOT considered similar scope. b. Projects similar in size will include: A single similar type building having a square footage of at least 10,000 SF. 11. Based on definitions 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. Include any specific trades, site work, utility connections, mechanical systems, HVAC commissioning, roof systems, etc. size of the project (building SF, acres of construction site work, etc.) dollar value of the project the portion and percentage of work that was self-performed. whether the project was design/bid or not new construction or renovation 12. 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. 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. All interested Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this SOURCES SOUGHT via email no later than 21 June 2024 at 02:00 PM Eastern Time. Email responses alex.j.hamilton@usace.army.mil. If you have questions, please contact Alex Hamilton at the email address above. This is NOT a Request for Quote 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. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Please begin the registration process immediately in order to avoid delay. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (previously known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a90968c60a340e9b7fb63ee91966e2a/view)
 
Place of Performance
Address: Richmond, VA, USA
Country: USA
 
Record
SN07090778-F 20240609/240607230120 (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.