Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOURCES SOUGHT

Y -- Construct a single story mountaineering training facility

Notice Date
8/17/2018
 
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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-18-S-M037
 
Archive Date
9/15/2018
 
Point of Contact
William Rawe, , Christine L. Wilson,
 
E-Mail Address
william.t.rawe@usace.army.mil, christine.l.wilson@usace.army.mil
(william.t.rawe@usace.army.mil, christine.l.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $5M-$15M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to william.t.rawe@usace.army.mil no later than 2:00 p.m. MST, 31 August 2018. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. Project Description: Construct a single story mountaineering training facility. The project includes space for classroom, administrative, operations, equipment and supply storage, organizational storage, deployment bay, and latrines. Construction will consist of deep pile foundations, elevated slab, steel tube columns, load bearing concrete masonry unit walls and a standing seam metal roof. Built-in building systems will include fire detection and suppression, energy management control, telephone, unclassified and classified communications networks, cable TV, protected distribution system, and infrastructure for electronic access control systems (intrusion detection system, closed circuit surveillance, and electronic access control). Project includes the installation of electronic security system equipment (equipment is funded by other appropriations). Supporting facilities include site preparation, utilities (electrical, water, gas, sanitary sewer, and information systems distribution), lighting, vehicle parking, access drives and road, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. Department of Defense principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. Access for persons with disabilities will be provided. Services for Comprehensive Interior Design, and design of electronic security and audio visual systems are included. Submission Details: All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required. Please include the following information in your response/narrative: • Company name, address, and point of contact, with (h)er/is phone number and email address • Business size to include any official teaming arrangements as a partnership or joint venture • Details of similar projects and state whether you were the Prime or Subcontractor • Dates of construction work • Project references (including owner with phone number and email address) • Project cost, term and complexity of job • Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $5M-$15M. Telephone inquiries will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-S-M037/listing.html)
 
Place of Performance
Address: Fort Carson, Colorado, United States
 
Record
SN05043119-W 20180819/180817230926-1cb89f68b7aedd78a183a1e9f79cdde1 (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.