Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
MODIFICATION

Y -- SOF Multi-Use Helicopter Training Facility

Notice Date
4/23/2018
 
Notice Type
Modification/Amendment
 
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-18-SOFMulti-UseHelicopterTrainingFacility
 
Archive Date
5/26/2018
 
Point of Contact
Chassidy M. Thompson, Phone: 5023156666
 
E-Mail Address
Chassidy.M.Thompson@usace.army.mil
(Chassidy.M.Thompson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design, bid, build requirement. Construct a Multi-Use Helicopter Training (MUHT) Facility. Primary facilities include the MUHT tower and ship flight deck mock-up, elevated platforms, courtyard trainer, storage building and latrine totaling 20,000SF. Associated site work totals approximately 5 acres. Sustainability and energy measures will be provided. Any heating requirements for the storage building will be provided by self-contained unit. Supporting facilities include electric service and site improvements. Facilities will be designed to a minimum life of 50 years and energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelope and integrated building performance. Contract duration is estimated at 480 calendar days. The estimated cost range is between $ 5,000,000 and $ 10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 11 May 2018 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number (DUN)(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 90 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: construction of range complexes which includes construction of range control tower, associated support buildings, and site work. Renovation is not considered similar in scope. b. Projects similar in size to this project include: new range complexes with associated support buildings having combined total square footage of 15,000 SF, and associated site work equal to or greater than 3 acres. 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. Interested Offerors shall respond to this Sources Sought Synopsis no later than 11 May 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Chassidy Thompson, Contract Specialist, at: Chassidy.M.Thompson@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. 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-18-SOFMulti-UseHelicopterTrainingFacility/listing.html)
 
Place of Performance
Address: Fort Campbell, KY, Fort Campbell, Kentucky, 42223, United States
Zip Code: 42223
 
Record
SN04897976-W 20180425/180423230659-93503c68d55a96338e3027ba7e2b6352 (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.