Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOURCES SOUGHT

Y -- Design/Build of additions and alterations at an existing Army Reserve Center at Fort Wadsworth, Staten Island, NY.

Notice Date
1/24/2012
 
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-12-STATENISLAND-ARC
 
Response Due
2/3/2012
 
Archive Date
4/3/2012
 
Point of Contact
Morgan Strong, 502-315-6210
 
E-Mail Address
USACE District, Louisville
(morgan.k.strong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the Design and Construction of an addition and alteration to an existing Army Reserve Center (ARC) facility located at Fort Wadsworth in Staten Island, New York. Primary facilities include an ARC training building alteration (36,500 sf), ARC training building addition (3,000 sf), Maintenance Building Alteration (6,000 sf), unheated storage alteration (3,000 sf), and organizational parking (5,940 sf). Renovation will consist of interior wall construction and demolition, renovation of existing mechanical, heating, ventilating, and air conditioning (HVAC) systems, electrical and plumbing systems, finishes and new roofing. The new addition will be of permanent construction with heating, ventilating, and air conditioning (HVAC) systems, plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, and general site improvements. Physical security measures will be incorporated into design including entry control points, maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping and bollards will be used to prevent access when standoff distances cannot be maintained. Maximum stand-off distances may not be able to met, therefore ATFP hardening of additions may be required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 154 Tons). Contract duration is estimated at 490 Days. The estimated cost range is between $10,000,000.00 and $25,000,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email not later than 03 February 2012 by 12:00 Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - Provide descriptions of your firm's 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. a. Projects considered similar in scope to this project include: Design/Build, addition/alteration of national guard armories, army reserve centers, armed forces training centers, office complexes, education facilities, vehicle maintenance shops, and multi-story/multi-purpose complexes. At least one project should demonstrate the design and construction of a DOD hardened facility that does not meet the minimum standoff distances in accordance with UFC 4-010-01. b. Projects similar in size will include: projects with a single building or multiple buildings with a combined total of 30,000SF. c. Projects of similar dollar value will include: Projects with an original contract amount in excess of $12 million. For each project submitted, include current percentage of construction complete, the date when it was or will be completed, the original contract amount, modification costs, and size of the project (stories, SF, etc...), any mentor-prot g relationships, the portion and percentage of work that was self performed, whether the project was design/build or design/bid/build, and a description of how the experience relates to the proposed project. (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Mr. Morgan Strong at morgan.k.strong@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Morgan Strong, Louisville, KY 40202-2267. If you have questions please contact Morgan Strong at morgan.k.strong@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-12-STATENISLAND-ARC/listing.html)
 
Record
SN02660091-W 20120126/120124234552-a7a8e71316793b232b04dc920305014f (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.