Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOURCES SOUGHT

Y -- Construction Work consisting of a park building, customized elevator, interactive water feature, placement of granit pavers, etc.

Notice Date
7/15/2009
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, 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-09-OHIORIVERFRONTREPOSTED
 
Response Due
7/23/2009
 
Archive Date
9/21/2009
 
Point of Contact
Lauren N. Otte, 502-315-6202<br />
 
E-Mail Address
US Army Corps of Engineers, Louisville
(lauren.n.otte@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A Market Survey is being conducted to determine if there are interested and qualified Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors for the following proposed project: Project Location- Hamilton County, Ohio (Cincinnati). NOTE: DOES NOT INLCLUDE LAND ACQUISITION. The work for the first contract of the Ohio Riverfront Cincinnati, Ohio project will take place at a two level public open space near the Ohio River in downtown Cincinnati, Ohio. It is immediately adjacent to the historic Roebling Bridge abutment and its recently added approach. To the north, east, and south, independent projects are being constructed in association with the Banks development including roadway improvements, multiuse development buildings with subsurface parking garages, and a realigned/reconstructed roadway. The construction work will require a significant amount of coordination amongst neighboring building project teams and City agencies. Construction staging is located south of the project limits, construction entrances are to the north and south. Specifically, an existing asphalt/concrete parking lot will be replaced; existing lagging and pile walls and an intricate web of existing underground utilities as well as a network of abandoned piles will be worked into upper and lower level park spaces. The two park spaces will be connected by way of stairways and an elevator. The lower level park sits within the 50 year floodway. The local sponsor has constructed a grid of 24 inch diameter auger cast piles. The piles will support a 52' x 184' park building housing a fountain equipment room; an area of which is dedicated to public restrooms (24' x 40') and other future uses. The exposed facades of the building will be clad in 3 inch granite, 3 inch sandstone and metal panels. Its structure will include concrete pile caps, concrete floors, concrete columns and a concrete roof structure. The building's MEP system includes a geothermal well field and other specialized equipment. The building's interior consists of glazed concrete masonry units, stainless steel fixtures and a specialized suspended ceiling system in addition to a network of pumps, filters, tanks, chemical equipment and a control system shared by all three water features. Four feet above the building's insulated and waterproofed roof sits the upper level plaza and includes a customized elevator with glass doors within a stone/metal/glass tower sized to house exhaust ventilation and elevator equipment, a 34' square computer programmable interactive water feature with 41 jets, a 100' long custom fabricated steel pergola with structural glass paving and three 8' x 10' structural glass paved balconies sporting a computer programmable water curtain cascading into a basin 15' below, site furnishings/lighting including custom stainless steel guardrails, and irrigated tree planting areas utilizing an engineered structural soil matrix. A 15' wide x 40' long subsurface utility vault will be provided to service this project as well as future phases and adjacent ongoing construction projects. Two inch and 3 inch granite pavers cover the remaining area. A stairway with stainless steel lighted handrails 22' to 40' wide descends 18'. The solid granite stair treads are centered between a 20' to 28' wide water cascade to the west and a 10' wide water cascade to the east; each including programmable features. In addition, an irrigated tree planting area sits 4' above the stair structure within a stair landing. The lower level park plaza includes 10' to 40' wide stairways and a 60' long sloped walk connecting the park to the neighboring public roadway. A 100' long loggia directly below the pergola provides protected access to the fountain equipment building and public restrooms. Ten foot to 50' long x 1' wide water basins include computer programmable features. Solid and clad stone walls, site furnishings/lighting, an 8' x 15' irrigated tree planting area, 2 inch and 3 inch granite pavers as well as concrete paving are also included in the construction. This is a construction project; the estimated advertisement date is August 2009. The estimated award date is October 2009. Contract duration is estimated to be 500 days and with an estimated cost range is between $10-$25 million, the current target ceiling for this contract is closer to $10 million. NAICS is 238990. Size limitation is $14 million. All interested Small Business, HUBZone small business, 8(a) small business, or Service Disabled Veteran Owned small business contractors should notify this office in writing by mail on or before 23 July 2009. Eastern Standard Time. Responses should include: (1) Identification as a Small Business or verification of the company by the Small Business Administration, as either a certified HUBZone, certified 8(a), or Service Disabled Veteran Owned Business, (2) The level of performance and payment bonding capacity that the company could attain for the proposed project, (3) Past Experience as a prime contractor Criteria: Provide descriptions your firms past experience on projects with greater than 70% construction complete or those projects completed within the last 5 years which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include: those that encompass at least two (2) or more of the features that were listed above such as; a park building, customized elevator, interactive water feature, placement of granite pavers, etc. Projects similar in size will include: those that are approximately one (1) acre in size. Projects of similar dollar value will include: those with at least a $5 million dollar minimum. Based on definitions above, for each project submitted include: a.current percentage of construction complete and the date when it was or will be completed. b.scope of the project c.size of the project d.dollar value of the project: e.the portion and percentage of work that was self performed, f.whether the project was design/build or not. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, ATTN: Lauren Otte. Louisville, Kentucky 40202-2267 or by email to lauren.n.otte@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 for responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-OHIORIVERFRONTREPOSTED/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01876970-W 20090717/090716001045-0c69c9e3859e448cf47cd6b766d60467 (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.