Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOURCES SOUGHT

Y -- Construct masonry veneer steel frame building for Reserve personnel. Structure to have reinforced concrete foundation and floors, standing seam metal roof and landscaping to match installation standards.

Notice Date
3/12/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-HILLAFB
 
Response Due
3/29/2010
 
Archive Date
5/28/2010
 
Point of Contact
Ryan Bush, 5023156210
 
E-Mail Address
USACE District, Louisville
(ryan.o.bush@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed project: Construct a masonry veneer steel frame building for Reserve personnel. Structure to have reinforced concrete foundation and floors, standing seam metal roof and landscaping to match installation standards. All supporting utilities and site work and pavements will be included. The proposed project shall be designed and constructed according to current AT/FP standards. CID is required. Air Conditioning: 38 Tons. Type of action: Design/Build Estimated Advertisement Date: RTA April 2010 Estimated Award Date: Award June 2011 Estimated Performance Period: 330 days Construction cost limit: The Construction Contract Cost Limit (CCCL) for the Base Bid is $1M-$5M. This is the estimated construction award amount and does not include real estate, S&A, DDC or contingency. Criteria: Provide descriptions 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: administrative buildings b. Projects similar in size will include: new construction projects with a total of 12,000 SF. c. Projects of similar dollar value will include: new construction projects with an original contract amount in excess of $1million-5million. 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 Responses should include: (1) Identification of the company as a Small Business and if applicable, the type of SBA program(s) (HubZone, 8(a), Small Disadvantaged Veteran-Owned Business, etc.) as appropriate. (2) past experience should describe completed Design-Build airfield runway paving projects that are similar or larger in size and scope to the proposed project, the percentage of self-performed work, how that was accomplished, demonstrate the ability to complete a project in one construction season without prolonged impact to airfield operations and the performance rating for the work. Similar projects are expected to consist of least 30,000 SY of 16 of PCC pavement for commercial airfields that are classified by the FAA as primary airports or military airfields. Heliports will not qualify as experience. (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above, (4) a statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. NOTE: If qualified/certified Small Businesses do not respond, this planned contract action will be converted to a full and open competition. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. M.L. King, Jr. Place, Room 821, ATTN: Ryan Bush, Louisville, Kentucky 40202-2267 or by email to Ryan.O.Bush@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 from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-HILLAFB/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02091713-W 20100314/100313000417-5d6641d094ec8399d3adcf6d05ae025e (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.