Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

Y -- AWG Indoor Firing Range, Ft. Meade, MD

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-11-R-0015
 
Archive Date
12/9/2010
 
Point of Contact
Tamara A. Wright, Phone: 410-962-4958
 
E-Mail Address
Tamara.A.Wright@usace.army.mil
(Tamara.A.Wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Responses are to be sent via email to Tamara.A.Wright@usace.army.mil no later than 2:00 p.m. 24 November 2010. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from Small Businesses (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones) and Qualified Section 8(a) PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the $6M to $8M FY11 Congressional Add MCA PN065793/136331, Indoor Range to be located at Fort George G. Meade. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: A construction solicitation for the $6M to $8M FY11 Congressional Add MCA PN065793/136331, Indoor Range (approximately 23,000 SF) to be located Fort George G. Meade, MD 20755. This facility will include an indoor firing range, Energy Management Control System (EMCS) connections, and building information systems. Supporting facilities include electric service, natural gas, water, sanitary sewer, access road, parking, sidewalks, curbs and gutters, storm drainage, fencing and exterior lighting, site preparation and improvements, fire protection and alarm systems, and information systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. All required antiterrorism protection measures shall be included. Also, this project requires demolition of two (2) buildings of approximately 20,400 combined total square feet, pavement, and tree removal. Existing training facilities are inadequate to support the requirements of indoor range environments for realistic training and safety features which are not available with the traditional training facilities. Sources interested in this announcement should have knowledge and experience to construct a design-bid-build standard indoor range facility. Interested sources shall have experience with acoustic design, HVAC, and similar type projects. All contractor employees working at the project site on Ft. Meade must possess a social security card. Employees must be either a US citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Ft. Meade. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. All interested capable, qualified, and responsive SMALL BUSINESS PRIME contractors are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a firm fixed price contract for this work. Interested contractors must furnish the following information: General Information •1. Company name, address, phone number, point of contact. •2. Indicate business size in relation to the NAICS codes 236220. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Businesses (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or other than small business. Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award. Please see www.ccr.gov and www.bpn.gov for additional registration information. •3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in type of work at the similar contract value in similar type of location, including LEED Silver certification or better. •4. Provide 5 examples of projects similar to requirements described above within the past 5 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. •5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Technical questions should be forwarded to Ms. Sheree Castain sheree.k.castain@usace.army.mil. Contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to Tamara.A.Wright@usace.army.mil no later than 2:00 p.m. 24 November 2010. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted. US ARMY CORPS OF ENGINEERS BALTIMORE DISTRICT ATTN: MS. TAMARA A. WRIGHT 10 SOUTH HOWARD STREET BALTIMORE, MD 21201
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-11-R-0015/listing.html)
 
Place of Performance
Address: Fort George G, Meade,, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02328926-W 20101119/101117234210-a324a5e5069f3767aefd93d17d0981d2 (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.