SOURCES SOUGHT
Y -- Construction of a Battalion Headquarters and Company Operations Facility at Fort Campbell, KY.
- Notice Date
- 6/26/2012
- 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-12-FORTCAMPBELLBATTALIONHQANDOPS
- Response Due
- 7/11/2012
- Archive Date
- 9/9/2012
- Point of Contact
- Justin Bennett, 5023156203
- E-Mail Address
-
USACE District, Louisville
(justin.k.bennett@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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 small business, 8(a) small business, or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction of a Battalion Headquarters and Company Operations Facility at Fort Campbell, KY. Primary facilities include construction of a fully-designed 16,000-square foot (SF) battalion headquarters building, 87,529-SF multiple-structure company operations facility, 16-896-SF covered hardstand, and associated privately-owned vehicle parking areas. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, insulated concrete form walls, concrete block and metal-insulated panel walls, masonry and metal panel fa ades, standing seam metal roofs, heating, ventilation, and air conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing and grading, paving, fencing, storm water drainage systems, extension of utilities to serve the project, and other general site improvements. Fire protection and alarm system, Intrusion Detection System (IDS), and an Energy Monitoring and Control System (EMCS) will also be provided. Specialized design features of this project include: strict compliance with Leadership in Energy and Environmental Design (LEED) Silver requirements, installation of pervious pavement, and installation of a solar energy recovery system. Contract duration is estimated at 600 calendar days. The estimated cost range is $10,000,000 and $25,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email no later than 11 July 2012 by 2:00pm Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Past Experience - Provide descriptions of projects substantially complete or completed within the last five years which are similar to this project in size, scope, and complexity. Projects considered similar in size to this project include new construction of building structures in excess of 60,000 square feet. Projects considered similar in scope to this project include administrative, training, or educational facilities. Projects considered similar in complexity include new building construction projects that require site clearing and grading, utility connections, compliance with LEED Silver requirements, and compliance with storm water protection requirements. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, the portion and percentage of work that was self performed, whether the proposed project was design/build or not, and a description of how the experience relates to the proposed project; and (4) A statement of the portion of the work that will be self performed on this project, and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Justin Bennett at justin.k.bennett@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Justin Bennett, Louisville, KY 40202-2267. 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-12-FORTCAMPBELLBATTALIONHQANDOPS/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02786884-W 20120628/120626235643-6200d8246add29e1e8b016ee080ddf20 (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 |