Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOURCES SOUGHT

Y -- Project will provide for the new construction of an Armed Forces Training Building Organizational Unit Storage Building, Vehicle Storage Facility, parking lots and all necessary supporting utilities.

Notice Date
3/12/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-NEWHAMPSHIREBRAC
 
Response Due
3/29/2010
 
Archive Date
5/28/2010
 
Point of Contact
Nicholas Ebbinghaus, 5023157402
 
E-Mail Address
USACE District, Louisville
(nicholas.ebbinghaus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed project: Rockingham County, New Hampshire.: Project will provide for the new construction of an Armed Forces Training Building (approximately 116,204 SF), Organizational Unit Storage Building (approximately 1,610 SF), Vehicle Storage Facility (Open) (approximately 11,467 SF), parking lots and all necessary supporting utilities. The training building will provide administrative, educational, assembly, library, learning center, vault, weapons simulator, and physical fitness areas for the Army Reserve and New Hampshire Army National Guard. The project will also provide adequate parking space for all military and privately-owned vehicles. This solicitation is a design-build that will be complete in June 2011.The Construction Contract Cost Limit (CCCL) for the Base Bid is $20,000,000 to $30,000,000. (NOTE: This CCCL does not include options, real estate, USACE supervision and administration fees. USACE Design during Construction Fees. Responses should include: (1) Identification of the company as a Small Business and if applicable, the type of SBA program(s) (HubZone, 8(a), Small Disadvantaged Veteran-Owned Business, etc.) as appropriate. (2) past experience should describe completed Design-Build airfield runway paving projects that are similar or larger in size and scope to the proposed project, the percentage of self-performed work, how that was accomplished, demonstrate the ability to complete a project in one construction season without prolonged impact to airfield operations and the performance rating for the work. Similar projects are expected to consist of least 30,000 SY of 16 of PCC pavement for commercial airfields that are classified by the FAA as primary airports or military airfields. Heliports will not qualify as experience. (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above, (4) a statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. NOTE: If qualified/certified Small Businesses do not respond, this planned contract action will be converted to a full and open competition. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. M.L. King, Jr. Place, Room 821, ATTN: Nicholas Ebbinghaus, Louisville, Kentucky 40202-2267 or by email to nicholas.ebbinghaus@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-10-NEWHAMPSHIREBRAC/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02091722-W 20100314/100313000423-623fa672e2d9d519a6b9788118edcf05 (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.