Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2006 FBO #1672
SOURCES SOUGHT

Y -- AR Center /OMS/Unheated Storage, Raleigh-Durham, NC

Notice Date
6/23/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-RALEIGH
 
Response Due
7/7/2006
 
Archive Date
9/5/2006
 
Small Business Set-Aside
N/A
 
Description
AR Center /OMS/Unheated Storage, Raleigh-Durham, NC A market survey is being conducted to determine if there are qualified contractors, including SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB) interested in the construction of a 400-member Army Reserve Cent er (ARC), Organizational Maintenance Shop (OMS), and unheated storage building. The center will be multi-story load bearing masonry construction with concrete flooring, structural steel framing, steel joist/roof decking and standing seam metal roofing. S upporting facilities include all site improvement work, telecommunications (interior and exterior) systems, paving, security lighting, wash racks, utility services, storm drainage and signage. The project will include energy efficient lighting, automated building lighting system controls, heating, ventilating and air conditioning. The project will also include a fire suppression sprinkling system in the training building and the OMS shop operations facility. Force protection (physical security) measures will be incorporated into design including maximum feasible standoff distances from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distance cannot be maintained. Cont ract duration is 540 days and estimated cost range is from $10,000,000 to $25,000,000. This project will be: design/build, is scheduled for advertisement NLT 30 September 2006, scheduled for award in the first or second quarter of Fiscal Year 2007 and will be advertised and evaluated using one of the following acquisition methods: 1) Best V alue Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technically Acceptable Process  LPTA (15.101-1); or 3) Two Phase Design/Build Process (FAR 36.303). All businesses interested in submitting a proposal for any of the projects should notify this office by mail NLT 4:00 p.m. EST on 07 July 2006. Your response must include the following information: 1. Identify the project (s) of interest to you. 2. Identify the appropriate business category (SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB)) of your business. 3. Submit proof of projects that you have completed including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed (less than 200 words) and a Point of Contact and phone number for the owner of the project. To be considered you must: a. Have served as the prime contractor (add joint venture information if applicable). b. The work must have been successfully completed within the last five years and be a Design Build project. c. The projects must be similar in size, scope and dollar value to the project(s) of interest. d. Percent of self-performed work and how it was accomplished. e. A letter from your bonding company stating that you are bondable for the project indicated in numbered paragraph 1 above. Please submit the requested information to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Elizabeth Johnson; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202. Responses that are faxed or e-mailed will be returned. AR Center /OMS/Unheated Storage, Raleigh-Durham, NC A market survey is being conducted to determine if there are qualified contractors, including SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB) interested in the construction of a 400-member Army Reserve Cent er (ARC), Organizational Maintenance Shop (OMS), and unheated storage building. The center will be multi-story load bearing masonry construction with concrete flooring, structural steel framing, steel joist/roof decking and standing seam metal roofing. S upporting facilities include all site improvement work, telecommunications ( interior and exterior) systems, paving, security lighting, wash racks, utility services, storm drainage and signage. The project will include energy efficient lighting, automated building lighting system controls, heating, ventilating and air conditioning . The project will also include a fire suppression sprinkling system in the training building and the OMS shop operations facility. Force protection (physical security) measures will be incorporated into design including maximum feasible standoff distanc es from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distance cannot be maintained. Contract duration is 540 days and estimated cost range is from $10,000,000 to $2 5,000,000. This project will be: design/build, is scheduled for advertisement NLT 30 September 2006, scheduled for award in the first or second quarter of Fiscal Year 2007 and will be advertised and evaluated using one of the following acquisition methods: 1) Best V alue Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technically Acceptable Process  LPTA (15.101-1); or 3) Two Phase Design/Build Process (FAR 36.303). All businesses interested in submitting a proposal for any of the projects should notify this office by mail NLT 4:00 p.m. EST on 07 July 2006. Your response must include the following information: 1. Identify the project (s) of interest to you. 2. Identify the appropriate business category (SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB)) of your business. 3. Submit proof of projects that you have completed including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed (less than 200 words) and a Point of Contact and phone number for the owner of the project. To be considered you must: a. Have served as the prime contractor (add joint venture information if applicable). b. The work must have been successfully completed within the last five years and be a Design Build project. c. The projects must be similar in size, scope and dollar value to the project(s) of interest. d. Percent of self-performed work and how it was accomplished. e. A letter from your bonding company stating that you are bondable for the project indicated in numbered paragraph 1 above. Please submit the requested information to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Elizabeth Johnson; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202. Responses that are faxed or e-mailed will be returned.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01076788-W 20060625/060623221108 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.