Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOURCES SOUGHT

Y -- Design/bid/build of an Operational Readiness Training Complex at Fort Hunter-Liggett, Ca.

Notice Date
4/2/2012
 
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-FHL-ORTC-MS
 
Response Due
4/12/2012
 
Archive Date
6/11/2012
 
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 construction of a standard design battalion sized Operational Readiness Training Complex (ORTC), to include battalion headquarters (11,237 SF), company operations ( 6 Cos Bn/19,579 SF), vehicle maintenance (11,854 SF), dining (720 person/16,761 SF), enlisted barracks (122,232 SF), officer quarters (22,579 SF), company storage sheds (4,800 SF), organizational vehicle parking, information systems, fire protection and alarm systems, video surveillance system installation, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Air Conditioning (Estimated 640 Tons). Contract duration is estimated at 700 Days. The estimated cost range is between $25,000,000.00 and $100,000,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email NLT 12 April 2012 by 12:00 PM 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 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. Provide documentation demonstrating DB experience for multi-building projects of similar type buildings involving management of multiple sub-contractors a. Projects considered similar in scope to this project include: national guard armories, army reserve centers, armed forces training centers, office complexes, dining facilities, officer quarters, enlisted barracks, education facilities, vehicle maintenance shops, company storage sheds and multi-story/multipurpose complexes. b. Projects similar in size will include: new construction projects with a single building or multiple buildings with a combined total of 192,000 SF. (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. (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-FHL-ORTC-MS/listing.html)
 
Record
SN02711447-W 20120404/120402234853-75428226879542f35ae876efa786e6d1 (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.