Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOURCES SOUGHT

Y -- 20th Support Command Headquarters Facility - Aberdeen Proving Grounds, MD

Notice Date
12/23/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0007
 
Response Due
1/6/2012
 
Archive Date
3/6/2012
 
Point of Contact
Kevin Cook, 410-962-2935
 
E-Mail Address
USACE District, Baltimore
(kevin.j.cook@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. This is a Sources Sought Notice and is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of the 20th Support Command Headquarters Facility at Aberdeen Proving Grounds, MD with an estimated cost of between $25 Million and $100 Million. This project is design bid build. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Renovate buildings to provide a Command suite with offices, Sensitive Compartmented Information Facility (SCIF), arms room, operations center, conference rooms, file and general storage, and other functions of a standard Command and Control Facility. Renovate buildings to provide a non-standard Battalion Operations Facility, and a non-standard Company Operations Facilities that includes Chemical, Biological, Radiological, Nuclear, Explosive special equipment enclosed storage. A standard design vehicle maintenance shop will be constructed with organizational storage, petroleum, oil and lubricants storage, hazardous waste storage, and unmanned vehicle storage. Project also includes Intrusion Detection Systems (IDS) installation, Energy Monitoring/Control Systems (EMCS) connections and Building Information Systems. Access for persons with disabilities will be provided. Comprehensive building and furnishing related interior design services are required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities to include all required utilities. Small business pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Small Business contractors must perform a minimum of 20% of the work. To Include: 1. Company name, address, phone number and point of contact. 2. Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned 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. 4. Provide three (3) examples of projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. 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. 6. Total submittal shall be no longer than twelve (12) pages. 7. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. 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. Responses are to be sent via email to Kevin.J.Cook@usace.army.mil no later than 1:00 p.m. 06 January 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0007/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02645416-W 20111225/111223234030-f2c625ba4316a0927da3e69eee5a8090 (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.