Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOURCES SOUGHT

Y -- CIDC Company Operations Facility

Notice Date
12/8/2016
 
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, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-17-R-0006
 
Archive Date
12/31/2016
 
Point of Contact
Crystal E. North, Phone: 9126525183
 
E-Mail Address
crystal.e.north@usace.army.mil
(crystal.e.north@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Criminal Investigation Division Command (CIDC) Field Operations Building, Hunter AAF, GA Sources Sought Synopsis: This is a Sources Sought Synopsis in support of Market Research being conducted by the US Army Corps of Engineers, Savannah District to identify potential sources. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the government to any contract award. The US Army Corps of Engineers, Savannah District is issuing this Sources Sought announcement for the construction of Criminal Investigation Division Command (CIDC) Field Operations Building to determine interest, availability and capability of businesses to perform the work as described below: Construct a Criminal Investigation Command Field Operations Building (approx 5,900 SF). Facility to accommodate four (4) resident agents, one (1) drug suppression team member, and other personnel such as visitors, witnesses, and suspects. Project includes a command area, investigative area, investigative support space reception and administration areas, suspect holding spaces, interrogation spaces, evidence processing, separate public and witness areas and other spaces indicated on the floor plan. Project includes building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, closed circuit Television (CCTV) installation, entry control systems, and Energy Monitoring Control Systems (EMCS) connection. Sustainability/energy measures will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by a self-contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Accessibility for individuals with disabilities will be provided. Comprehensive building and furnishings related to interior design services are required. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The estimated magnitude of this construction project is less than $5,000,000.00 dollars. The proposed North American Industry Classification Systems (NAICS) Code is 236220. All interested firms with 236220 as an approved NAICS code have until 16 Dec at 1400 hrs EST to submit the following information: - Name & Address of your Firm - Point of Contact (name/phone/email) - DUNS - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)] The Government must be able to verify SBA certification of Hubzone, 8(a) and SDB via SAM. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Project information sheets providing evidence of capabilities to perform comparable work on two (2), and no more than (5), recent projects. Projects submitted should be no more than five (5) years old, at least 80% complete at time of submission, and have a value of at least $2,000,000.00. Include the project name and description of the key/salient features of the project, completion date, total value and your company's level of involvement in the project, i.e. subcontractor (type), prime, specific role etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with email address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page state whether or not you are a small business and you intend to mentor/protégé and/or JV with a large business. Both team members must sign agreeing that 51% of the profits and managerial function will go to and be performed by the small business. Likewise, if you are an 8(a) firm intending to mentor/protégé and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. The requested information shall be submitted via email to: Crystal.e.north@usace.army.mil with the subject Market Research for CIDC Field Operations Building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-17-R-0006/listing.html)
 
Place of Performance
Address: Hunter AAF, Savannah, Georgia, 31405, United States
Zip Code: 31405
 
Record
SN04347447-W 20161210/161208234917-67d64b422f0d87b98474e1629e3791ac (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.