Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

Y -- Construction of Conventional Munitions Storage Igloos, Whiteman AFB, Missouri

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-R-4002
 
Response Due
8/30/2013
 
Archive Date
10/14/2013
 
Point of Contact
Brad Wright, 816-389-3936
 
E-Mail Address
USACE District, Kansas City
(bradley.j.wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The following is a Sources Sought Notice. This Sources Sought announcement is for market survey information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers, Kansas City District is seeking a construction contractor to execute a Firm Fixed-Price Design-Bid-Build contract for construction of (2) Haymen-type conventional munitions storage igloos for the Massive Ordnance Penetrator (MOP) at Whiteman AFB in Missouri. Work will include mobilization and demobilization within the high security Weapons Storage Area (WSA) and construction of two MOP igloos consisting of reinforced concrete footings and floor slabs, reinforced concrete walls and roof, earth overburden, concrete retaining walls, blast resistant doors, utilities, site improvements, demolition of one existing igloo, earthwork, drainage, concrete apron, concrete access road, lighting, lightning protection, security features, alarms, fencing, seeding, and incidental related work. This sources sought announcement is posted on an unrestricted basis and both small and large businesses are eligible to respond. Prior experience with Government contract work is not required for submitting a response under this notice; however, prior experience with construction of comparable projects of similar scope and cost range is required. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction), with a small business size standard of $33.5 million in average annual receipts. The construction cost range is estimated between $5,000,000 and $10,000,000. Offerors response to this notice shall not exceed 15 pages and shall include the following information: 1. Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; 2. Firm's interest in providing a proposal on the pending solicitation once issued; 3. Experience - Evidence of capabilities to perform work comparable to that required for this project. Provide three recent projects your firm has completed in the last 5 years that show experience with: a. Haymen-type storage structures similar in dollar value and complexity as indicated in this announcement. b. Working in high security or restricted areas and obtaining required access. c. Construction requiring compliance with explosive safety standards; 4. Project name and a narrative description of the facilities constructed, including key/salient features of the project, completion date, total contract construction value, number of modifications, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation; 5. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of material resources and experienced staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 6. Firm's Joint Venture information, if applicable; and 7. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation; however, the Kansas City District will utilize the information for acquisition planning purposes. If adequate responses are not received from small business concerns, the acquisition may be solicited on an unrestricted basis. If your company has recent experience with projects that are similar in nature to this project, please provide the requested information by email no later than 15 days from the date of this notice to bradley.j.wright@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4002/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03149963-W 20130817/130815235227-8faa0a1727ce9f6322f75adf92fd7a4e (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.