Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOURCES SOUGHT

Y -- Control Tower, Grissom ARB, IN

Notice Date
3/23/2010
 
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-GRISSOM-IN
 
Response Due
4/6/2010
 
Archive Date
6/5/2010
 
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 Control Tower. The control tower will be an eight (8) floor concrete structure and control cab 90 feet above grade. All floors of the tower are to be utilized. Support structures include asphalt road with curbing and drains, asphalt parking with curbs and drains to be installed in the initial phase of the project. Scope of work includes demolition of existing control tower. Facility requires comprehensive interior design. Completed project shall be able to receive a United States Green Building Council Leadership in Energy and Environmental Design rating of Silver. 90-Ton Air Conditioning and 50-KVA Emergency Generator.. Contract is scheduled to be awarded by 20 Sep 2010 and performance of field work is to be complete in 490 days. This period includes completion and approval of design, submission and approval of materials and completion of construction activities. NAICS Code is 236220. The estimated cost range is between 10,000,000 and 25,000,000, but closer to $10,000,000 (20% of the work to be self-performed). All interested contractors should notify this office in writing by mail or fax by April 6, 2010, 2:00 PM Louisville local time. 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 as a prime contractor- 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. Include: a) current percentage of construction complete and the date when it was or will be completed, b) scope of project, c) size of project, d) dollar value of the project, e) the portion of work that was self performed, f) Whether or not the project was design/build. (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above, 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-GRISSOM-IN/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
SN02100168-W 20100325/100323235746-f7fffc03819b787ba59751f7c5adba80 (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.