Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOURCES SOUGHT

Y -- Construct Two (2) Tactical Equipment Maintenance Facilities at Ft. Campbell, KY

Notice Date
5/25/2011
 
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
W912QR11FTCAMPBELL
 
Response Due
6/6/2011
 
Archive Date
8/5/2011
 
Point of Contact
Janice E. Goodman, 502/315-6213
 
E-Mail Address
USACE District, 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: Construct Two (2) Tactical Equipment Maintenance Facilities (TEMFs) at Fort Campbell, KY. Primary facilities include construction of two (2) fully-designed TEMFs (71,000 square feet total), two (2) oil storage buildings, two (2) hazardous waste storage buildings, two (2) organizational equipment storage buildings (16,100 square feet total), and organizational vehicle parking areas. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, concrete block and metal-insulated panel walls, masonry veneer, standing seam metal roofs, heating, ventilation, and air conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing and grading, paving, fencing, storm water drainage systems, extension of utilities to serve the project, and other general site improvements. Fire protection and alarm system, Intrusion Detection System (IDS), and an Energy Monitoring and Control System (EMCS) will also be provided. Specialized design features of this project include: strict compliance with Leadership in Energy and Environmental Design (LEED) Silver requirements, use of roller-compacted concrete methodology, use of compaction grouting foundation stabilization for karst sites, installation of mechanically-stabilized earth retaining walls, installation of solar transpired walls, and enhanced storm water protection requirements. Contract duration is estimated to be 650 days and the estimated cost range is between $25,000,000 and $100,000,000. NAICS is 236220. 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 06 Jun 2011 at 10:00am EST. 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 - Provide descriptions of projects substantially complete or completed within the last five years which are similar to this project in size, scope, and complexity. Projects considered similar in size to this project include new construction of building structures in excess of 40,000 square feet. Projects considered similar in scope to this project include vehicle maintenance facilities. Projects considered similar in complexity include new building construction projects that require significant land clearing, grubbing, demolition, site stabilization, utility connections, compliance with LEED Silver requirements, compliance with enhanced storm water protection requirements, and mass concrete installation. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, the portion and percentage of work that was self performed, whether the proposed project was design/build or not, and a description of how the experience relates to the proposed project; and (4) A statement of which portion of the work that will be self performed, and how it will be accomplished. 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, KY 40202-2267. 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/W912QR11FTCAMPBELL/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
SN02457229-W 20110527/110525235331-77102cb0d6b4741b38a5bdb9b3e5d8f9 (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.