Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOURCES SOUGHT

Y -- Market survey for Detroit Arsenal

Notice Date
2/29/2008
 
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-08-DETROIT
 
Response Due
3/15/2008
 
Archive Date
5/14/2008
 
Point of Contact
Katie E Lochner, 502-315-6189
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(katie.e.lochner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate HUBZone, 8(a), or Service Disabled Veteran Owned Business (SDVOB) contractors to set this project aside. In addition, it is requested that any large business interests in this pro ject respond accordingly. Design and construction of a 230,000 SF Administrative Office Facility and a 645,000 SF parking structure at U.S. Army Garrison  Detroit Arsenal in Macomb County, Michigan. The project scope will include the installation of an Intrusion Detection System (IDS), Building Information Systems, mass notification system and connection to installation central systems. Project will provide for the connection of an Energy Monitoring and Control System (EMCS) and fire/smoke detection/en unciation and suppression systems to installation central systems. Supporting facilities include electricity, water, sanitary sewer service; natural gas connection; paving; walks; curbs and gutters; stormwater management structures; landscaping, site work and utility relocations. Anti-Terrorism (AT) measures will be incorporated into the design including standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when sta ndoff distances cannot be maintained. Heating and air conditioning will be provided by self-contained units. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) will be provided. This project is planned for advertising in May 2008. Contract duration is 720 days and estimated cost range according to the FAR is $25,000,000 t o $100,000,000, with an actual cost closer to 100,000,000. NAICS is 236220. Size limitation is $31.5M. 20% of the work is to be self-performed. Estimated award date is January 2009. All interested contractors should notify this office in writing by ma il, by 2:00 PM Eastern Time on 15 March 2008. If the company responding is a SBA HUBZone certified or SBA 8(a) certified or SDVOB, responses must include: Identification and verification of the company as either SBA HUBZone certified or SBA 8(a) certified or SDVOB. Every contractor replying must include: (1) Past Experience  Provide descriptions of projects completed within the last five (5) years which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include contiguous, non-retail, non-warehouse, multi-level administrative or office-oriented spaces greater than 200,000 SF or academic spaces greater than 200,000 SF, and multi-level parking structures greater than 600,000 SF. With each proj ect experience provided, include the date when the project was completed, location of the project, contract amount and size of project, the portion and percentage of work that was self-performed, whether the project was design/build or not, how the project was accomplished , a description of how the experience relates to the proposed project, and performance rating for the work; (2) letter from bonding agency indicating performance and payment bonds approval for the project in the dollar range listed above ($25,000,000 to $100,000,000), and (3) a statement verifying the contractor will perform 20% of the work and how it will be accomplished. NOTE: If qualified SBA HUBZone certified, or SBA 8(a) certified, or SDVOSB contractors do not provide satisfactory r esponses, this planned contract action will be approved for full and open competition. Send responses to: US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, ATTN: Katie E. Lochner, Louisville, KY 40202-2267. NOT E: 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 Gov ernment to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
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
SN01520965-W 20080302/080229225350 (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.