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 -- Market Survey for Design/Build 2 Step LPTA of an Army Reserve Center, Ft. Carson, Colorado Springs, CO

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-00-0-0000
 
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
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/Bid/Build 2 Step LPTA of an Army Reserve Center, Ft. Carson, Colorado Springs, El Paso County, Colorado with an estimated advertisement date of 15 October 2009 and an estimated award date of 02 August 2010 for Phase 2 award. Primary facilities include construction of an Army Reserve Center (ARC) (approximately 31,000 SF) training building, Vehicle Maintenance Shop (VMS) (approximately 8,658 SF), Unheated Storage Building (approximately 1,065 SF), and organizational parking (approximately 2,350 SY). Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is estimated to be 490 days with an estimated cost range between $10,000,000 and $25,000,000; the current ceiling for this contract is closer to a construction cost limit (not PA) of $11,802,000, (NOTE: This is the estimated construction award amount and does not include real estate, S&A, DDC or contingency). 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 Standaard 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 of your firms past 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. a. Projects considered similar in scope to this project include: (type of construction office, warehouse, labs, pre-engineered, maintenance shops, storage facilities, single story, multiple story, etc.) b. Projects similar in size will include: (magnitude approximate square footages of major features admin, storage, parking, etc.) c. Projects of similar dollar value will include: (give an approximate range or minimum dollar figure) 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: 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-00-0-0000/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
SN01942188-W 20090906/090905001641-d71bd6f7fbf30e266d6eb661c566e8de (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.