Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOURCES SOUGHT

Y -- A Market survey is being conducted for the Ohio Riverfront - Cincinnati, OH (Hamilton County) project (Phase 2)

Notice Date
4/12/2010
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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-CINCINNATI
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
Chris Brackett, 502-315-6211
 
E-Mail Address
USACE District, Louisville
(christopher.t.brackett@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: Project Location- Hamilton County, Ohio (Cincinnati). NOTE: DOES NOT INCLUDE LAND ACQUISITION. The work for the second contract of the Ohio Riverfront Cincinnati, Ohio project will take place on top of a recently constructed parking garage near the Ohio River in downtown Cincinnati, Ohio. To the north 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. Immediately adjacent and to the west is the Phase 1 site. Phase 1 is currently being advertised. 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 and the construction entrance will be from the north. Construction will take place on-structure, atop a parking garage designed to accommodate parking for special events, park and city visitors and those working at the many businesses throughout the downtown area. Site preparation for this contract will require installing a waterproofing system on the roof of the parking garage. The waterproofing will consist of applying a hot fluid over the concrete deck. The fluid is a rubberized asphalt system with protection board and root barriers. Associated with the work are concrete repairs, sealant joints, and 3 compression joints with cover plates. The waterproofing contractor will be responsible for deck preparation; furnishing and installing the system; and providing protection and repairs to the system during installation of the surface features. The contractor must be certified to install the system and provide a five year warranty. The main feature consists of the Event Lawn, which will provide a place for public gatherings both large and small. A granite paved walkway will be constructed along the west and south edges of the lawn. On the western edge, a stage and canopy will be constructed facing the lawn. The stage is a raised platform paved in granite with a shade structure above. Decorative lighting will be incorporated into the ceiling and also mounted to the canopy's columns. Speakers will be strategically placed at the canopy and at certain areas of the lawn in order to accommodate major festivals that require sound. The lawn rises some one and a half feet from the west to the east. The grade change is contained by stone seatwalls to the north and south, the east and west ends are flush with surrounding grade. Within the lawn sit specimen shade trees, alternating with pedestrian post top lights, and punctuated by several sets of stone steps. This is a construction project; the estimated advertisement date is May 2010. The estimated award date is June 2010. Contract duration is estimated to be 300 days and with an estimated cost range is between $5 million -$10 million, the current target ceiling for this contract is closer to $5 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 April 26, 2010, Noon 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; waterproofing, an event lawn, placement of granite pavers, etc. Projects similar in size will include: those that are approximately two acres in size. Projects of similar dollar value will include: those with at least a $4 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: Chris Brackett. Louisville, Kentucky 40202-2267 or by email to Christopher.T.Brackett@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-10-CINCINNATI/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
SN02119014-W 20100414/100412234534-220da2e2a09885863e7596498d318c93 (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.