Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

Y -- Department of Energy (DOE) Construction Support Building (CSB) Design/ Build RFP Y-12 National Security Complex, Oak Ridge, Tennessee

Notice Date
7/14/2015
 
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-15-OakRidgeComplex
 
Archive Date
8/13/2015
 
Point of Contact
Chase T. Willson, Phone: 5023153819
 
E-Mail Address
Chase.T.Willson@usace.army.mil
(Chase.T.Willson@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 three-story, weather tight, fully accessible, Construction Support Building (CSB) at the Y-12 National Security Complex. Building will be of permanent construction not to exceed a building footprint size of (120'-0" x 180'-0") not to exceed a total gross square footage (SF) of 64,800. Work includes design and construction of site work to a line 5' outside the perimeter building only and utilities to the 5' line only, building foundations, architectural components and systems including Insulated Concrete Forms (ICF) for exterior wall construction, Geo-exchange (Ground Source Heat Pump HVAC Systems), plumbing systems, low slope EDPM roofing, electrical and telecommunications systems, automatic fire protection and detection systems, and sustainable design requirements including High Performance Sustainable Buildings (HPSB) and (USGBC) Leadership in Environmental Design (LEED) Certified Gold while maximizing Energy and Atmosphere credit 1 points achieved. Contract duration is estimated at 480 Days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 29 July 2015 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Projects considered similar in scope to this project include LEED Gold certified commercial office buildings or government office buildings that are three stories or greater in height with Insulated Concrete Forms (ICF) for exterior wall construction and a Geo-exchange (Ground Source Heat Pump) HVAC Systems. b. Projects similar in size to this project include: Projects considered similar in size to this project include new construction of building structures in excess of 60,000 square feet. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Chase Willson at Chase.T.Willson@usace.army.mil. If you have questions please contact Chase Willson at Chase.T.Willson@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-15-OakRidgeComplex/listing.html)
 
Place of Performance
Address: 600 Martin Luther King Jr. place, Louisville, Kentucky, 40202, United States
Zip Code: 40202
 
Record
SN03796280-W 20150716/150714235457-e2026f692a67ac1a7949b3ab5d22b810 (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.