Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOURCES SOUGHT

Y -- THIS IS A SOURCES SOUGHT NOTICE ONLY, Ref NR. W9128F-09-S-S001. This is not a pre-solicitation notice. There will be no solicitation or award as a result of this notice. Response is strictly voluntary.

Notice Date
11/14/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F09SS001
 
Response Due
12/5/2008
 
Archive Date
2/3/2009
 
Point of Contact
Melvin Vogt, 402-995-2067<br />
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A NOTICE FOR SOURCES SOUGHT ONLY NUMBER W9128F-09-S-S001. THIS IS NOT A REQUEST FOR PROPOSALS OR INVITATION FOR BIDS. THERE WILL BE NO BID PACKAGE, SOLICITATION, SPECIVICATIONS OR DRAWINGS AVAILABLE OR PROVIDED WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT NOTICE. Response is strictly voluntary. The Government is not liable for reimbursement for any cost associated with providing information in response to this Sources Sought or any follow-up information requests. The Government shall not be liable for or suffer any consequential damages for any information deemed proprietary by the respondent that is improperly marked as proprietary. Responses to this sources sought are restricted to small business firms in the United States that are established and registered in the Central Contractor Registration (CCR). The U.S. Army Corps of Engineers, Omaha District intends to competitively solicit and award a future construction project for a chapel complex at Fort Leonard Wood, Missouri that may include name brand or proprietary components. This notice serves the following purposes: 1) to notify potential small business offerors of the Corps of Engineers intent to solicit a future construction project; 2) to publicly identify the Army needs, and : 3) to obtain sources that may be able to fulfill the needs of the government as described below. Please complete the following questions to assist the Government in determining Offerors experience in a no greater than 10 page document: 1. Is your company currently or have you been registered with the following: a. CCR, (1) Cage Code b. ORCA c. DUNS and Bradstreet (1) Number. 2. Business Size: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business, HubZone, or 8(a). Provide business size. 3. Is your company currently prohibited from doing business with the Federal Government. Yes / No (If yes explain.) 4. Considering your firms current and projected workload for 2009, can your firm secure performance and payment bonding for a project estimated at $14 Million Dollars? 5. Has your firm successfully constructed a religious worship facility within the last five (5) years? If so, provide one or two examples of facilities with your response. If not, so state. 6. Has your firm constructed a facility with a clear span of one hundred (100) feet with a minimum height of fourteen (14) feet above the finished floor within the last five years?. If so, provide an example of the facility constructed. If not, so state. 7. Has your firm worked successfully as a joint venture with other firms or with other partner firms to successfully construct a religious worship facility within the last five (5) years? If so briefly describe the relationship. Has your firm worked successfully with a subcontractor, joint venture, or other partner firms to construct a facility with a clear span of one hundred (100) feet and having a minimum height of fourteen (14) feet above the finished floor within the last five (5) years? If so provide an example of the facility constructed. If not, so state. 8. Has your firm successfully utilized Building Information Management Systems (BIM) during construction of any type of facility, (including delivery of as-builts in the BIM platform)? If so provide an example for review. If not, so state. 9. Has your firm utilized a subcontractor who has successfully completed a construction project using a BIM system. If so provide an example. If not, so state. 10. Do you expect that your firm would be able to successfully construct the following scope of work within the time stated and the cost constraints provided below? Scope of work: Construct a new Chapel Complex including supporting structures and site work within 520 calendar days from receipt of notice to proceed for a total estimated cost not to exceed $14 Million. Total Chapel Complex square footage is 32,900 square feet with 26,200 square feet allotted to the Chapel portion of the complex and 6,700 square feet allotted to the educational facility/classroom portion of the complex. The design will follow the Army Standard design for a Chapel Complex. A Chapel Complex consists of administrative space for the Unit Ministry Team, a 600-person worship center with a minimum 14-foot tall ceiling height and outfitted with pews, a worship center expansion area separated by an accordion pleat partition, and activity center, a baptistery suite, a kitchen suite (including fixed appliances), a sacristy/robbing suite, a resource center, multipurpose rooms, classrooms, a meditation/Reconciliation room, nursing mothers room, and associated vestibules, lobbies, corridors, coat storage, regular storage, janitors closet, restrooms, equipment rooms, and exterior canopy areas. Interior finishes will be commensurate with the intended function and representative of what a primary Post Chapel aesthetic would entail. Furniture will be coordinated and will include two alters, and one each communion table, credence table, offertory table, lectern, pulpit, baptismal font, kneeler with screen and portable alter with alter rail unit. Design should include simple roof form that incorporates the greater room height of the worship area and the conventional room height of the other portions of the complex. Exterior work includes full Wythe brick or durable, low-maintenance, and industry proven brick-look exterior on the entire complex, two parking lots with connecting walkways, drive up/drop off area, curb, and butter, and appropriate grading and landscaping. The chapel will be outfitted with a steeple that extends the same height above the roof line as the height from the ground to the roof line of the chapel area. Construction will be to sustainable Silver LEED standards and include Federal Government Anti-Terrorism and Force Protection requirements and be constructed in accordance with applicable industry and government standards. Given the base model in BIM, the contractor will be required to provide an as-built BIM model that addresses the following systems: Architectural/Interior Design, furniture, fixtures/equipment, Structural, Mechanical, Electrical/Telecommunications, fire protection systems and Civil. The contractor will be required to provide submittals at each stage in a 3-D interactive visualization using a known BIM Navigator. Additional information may be requested of respondents after initial responses are reviewed from all respondents tailored to the response provided. This Sources Sought announcement is the only documentation that will be published notifying potential offerors of the Governments intent of establishing a competitive market base. Offerors are advised that information provided to the Government in regard to the products or devices proposed will be considered For Official Use Only (FOUO) and will not be released to the public or any other potential offerors. The Government may retain this information for its records indefinitely. This is a Market Survey and notification of intent only (Sources Sought). This is not a request to respond to a solicitation. Responses to this Sources Sought are required to be provided in an Original and one (1) copy, no later than Close of Business, December 5, 2008. Close of business is considered 4:30 PM CDT (Omaha Time). Please mark the submitted information with the sources sought announcement number W9128F-09-S-S-001 to the attention of Diana Vanderzanden. This project may be solicited at a future date through a pre-solicitation notice announcement. Points of contact: Diana L. Vanderzanden, Contract Specialist, Telephone (402) 995-2066, Email Diana.L.Vanderzanden@usace.army.mil, and William D. Miller, Project Manager, Telephone (402) 995-2371. Email William.D.Miller@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24b57ef4bb883ad4cb140ea434aea9a7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01704998-W 20081116/081114215931-24b57ef4bb883ad4cb140ea434aea9a7 (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  © 1994-2020, Loren Data Corp.