Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

Y -- Army Reserve Center, Joliet-Chicago IL

Notice Date
9/4/2009
 
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-JOLIET-CHICAGOIL
 
Response Due
9/18/2009
 
Archive Date
11/17/2009
 
Point of Contact
Janice E. Goodman, 502/315-6213
 
E-Mail Address
US Army Corps of Engineers, Louisville
(janice.e.goodman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey, ARC, GTA Joliet/Chicago, IL 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: Design/Build, Phase I of an Army Reserve Center Training Building, Cook County, GTA Joliet/Chicago, IL with an estimated advertisement date of 30 October 2009 and an estimated award date of 04 January 2010. Project will provide for the new construction of an Army Reserve Center Training Building (approximately 54,000 SF), Vehicle Maintenance Shop (VMS) (approximately 9,152 SF), Unheated Storage Building (approximately 3,341 SF), and parking lots and all necessary supporting utilities. The 600 member training building will provide administrative, educational, assembly, library, learning center, vault, weapons simulator, and physical fitness areas for eleven (11) Army Reserve Units. The maintenance shop will provide work bays and maintenance administrative support. The project will also provide adequate parking space for all military and privately-owned vehicles. Contract duration is estimated to be 660 days with an estimated cost range between $10,000,000 and $25,000,000; the current ceiling for this proposed project is closer to a construction cost limit of $20,000,000 (NOTE: This CCCL does not include options, real estate, USACE supervision and administration fees). NAICS Code is 236220. Size limitation is $33.5M. 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 Friday, 18 Sep 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: Past Experience Provide descriptions of your firms experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include new construction of: national guard armories, army reserve centers, armed forces training centers, office complexes, education facilities, vehicle maintenance shops, and multi-story/multi-purpose complexes. Projects similar in size will include new construction projects with a single building or multiple buildings with a combined total of 45,000SF. Construction of pre-engineered buildings must account for greater than 70% of the projects combined SF. Projects of similar dollar value will be new construction projects with an original contract amount in excess of $9M. With each project experience provided, include current percentage of construction complete and the date when it was or will be completed. For each project submitted include the original contract amount, modification costs, and size of the project (stories, SF, etc), any mentor protg relationships, the portion and percentage of work that was self-performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King, Jr. Place, Room 821, ATTN: Janice Goodman, Louisville, Kentucky 40202-2267 or by FAX to 502-315-6193. 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-JOLIET-CHICAGOIL/listing.html)
 
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
 
Record
SN01941451-W 20090906/090905000517-1f28af2b3c69daca55048fcf7def3d41 (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.