Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

Y -- Harrisburg Army Reserve Center/Land, Harrisburg, PA

Notice Date
3/25/2010
 
Notice Type
Presolicitation
 
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-HARRISBURG-PA
 
Response Due
4/8/2010
 
Archive Date
6/7/2010
 
Point of Contact
Ryan Bush, 5023156210
 
E-Mail Address
USACE District, Louisville
(ryan.o.bush@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: Project will provide for the new construction of an Army Reserve Center (ARC). Primary facilities include the construction of an ARC Training Building (approximately 23,294 SF), Organizational Vehicle Maintenance Shop (approximately 4,663 SF), Unheated Storage Building (approximately 610 SF), and Organizational Parking (approximately 1,310 SF). Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air Conditioning (Estimated 62 Tons Contract is scheduled to be awarded by 13 Aug 2010 and performance period is 13 Sep 2010 to 11 Jan 2012. This period includes completion and approval of design, submission and approval of materials and completion of construction activities. NAICS Code is 236220. The estimated cost range is between 10,000,000 and 25,000,000, but closer to $10,000,000 (20% of the work to be self-performed). All interested contractors should notify this office in writing by mail or fax by April 8, 2010, 2:00 PM Louisville local time. 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: Provide descriptions your firms experience on projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include new construction of: National Guard armories, army reserve centers, armed forces training centers, office complexes, education facilities, vehicle maintenance shops. Projects similar in size will include new construction projects with a single building or multiple buildings with a combined total of 30,000SF. Construction of pre-engineered buildings does not count against the 30,000SF. Projects of similar dollar value will be new construction projects with an original contract amount in excess of $6M. With each project experience provided, include current percentage of construction complete and the date when it was or will be completed. For each project submitted include the original contract amount, modification costs, and size of the project (stories, SF, etc&), any mentor protg relationships, the portion and percentage of work that was self performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project. (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above. 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: Ryan Bush, Louisville, Kentucky 40202-2267 or by email to Ryan.O.Bush@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-HARRISBURG-PA/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
SN02103435-W 20100327/100325235809-00f2746c1c170c2ac17411d791cb4f1e (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.