Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

Y -- Design/Bid/Build of an ARC Renovation at Curtis Bay, MD

Notice Date
11/1/2012
 
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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-12-ARC-CurtisBay
 
Archive Date
11/24/2012
 
Point of Contact
April C. Judd,
 
E-Mail Address
april.c.judd@usace.army.mil
(april.c.judd@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 addition and alteration to the existing 1SGT Adam S. Brandt United States Army Reserve Center (USARC). This project will renovate a 400 member ARC training building and provide for additional administrative and education areas for nine Army Reserve units. The maintenance shop addition and alteration will renovate existing space and provide for additional office and storage capabilities. The project will also provide for a new unit/individual unheated storage building and adequate parking space for military and privately-owned vehicles. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security measures will be incorporated into design including 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. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 130 Tons). Contract duration is estimated at 525 days. The estimated cost range is between $5,000,000.00 - $10,000,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 11-09-2012 by 12:00PM 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 where you were the Prime, 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. LEED experience necessary. a. Projects similar in scope to this project include: Office buildings, warehouse, maintenance shops, storage facilities, both single story, and multiple story. b. Projects similar in size to this project include: Minimum 25,000 SF. c. Projects similar in dollar value to this project include: Minimum $7,000,000. (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. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project: e. The portion and percentage of work that was self performed, f. Whether the project was design/build or not g. Projects built within budget h. Contract duration of project submitted. Email responses to April Judd at april.c.judd@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: April Judd, Louisville, KY 40202-2267. If you have questions please contact April Judd at april.c.judd@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-ARC-CurtisBay/listing.html)
 
Record
SN02922779-W 20121103/121101234358-39cf155c832ed277873b8b05d3e8afe5 (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.