SOURCES SOUGHT
Y -- Design and Construction of the SOF Battalion Operations Complex, Fort Carson, Colorado - Sources Sought-Market Research
- Notice Date
- 11/2/2012
- 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
- W9128F13SM007
- Point of Contact
- Barbara A. Young, Phone: 4026391440
- E-Mail Address
-
barbara.a.young@usace.army.mil
(barbara.a.young@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Evaluation Criteria This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. The U.S. Army Corps of Engineers, Omaha District has determined the potential project below will be an UNRESTRICTED solicitation. It is anticipated that the Corps will use a 1-Step Selection Procedure for the Evaluation of Proposals in lieu of a 2-Step Selection Procedure for this Design-Build project. See FAR Subpart 36.3. Based on the information provided herein, including the "Draft" Evaluation Criteria attached document, please confirm if your company would propose on this solicitation using the 1-Step Selection Procedure. For the 1-Step Process, offerors would only be evaluated on Performance Capability and Price. Offerors would NOT be required to submit a Design-Technical Volume (conceptual drawings, technical approach narratives, or material/systems information). Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $49 MILLION and that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are to be sent via email to barbara.a.young@usace.army.mil no later than 4:00 p.m. Central Time, 16 November 2012. Scope of Work: Design and construct the following facilities: Battalion Operations Facility: The project will include Battalion Headquarters, Company Operations Facilities for four (4) Companies, Sensitive Compartmented Information Facility (SCIF), Special Forces Team Rooms, Mission Planning Areas, and Deployment Equipment Storage. It is intended to be similar to office and warehouse type buildings in the private sector community. The maximum gross area for the BOF is limited to 124,300 gross square feet. Company Operations Facility: The building shall be a consolidated Company Operations Facility (COF) and Headquarters for four Companies. This project type is to house Company administrative and command operations and store and move supplies and equipment. It is intended to be similar to office and warehouse type buildings in the private sector community. The project shall include Company Headquarters with classrooms, Sensitive Compartmented Information Facility (SCIF), and office space. The maximum gross area for the COF is limited to 70,000 square feet. Regional Support Element Facility: This project type shall accommodate a Headquarters section for administrative operations, Sensitive Compartmented Information Facility (SCIF), Special Forces Team Rooms with Storage, Arms Vault, and TA-50 Storage. It is intended to be similar to office and warehouse type buildings in the private sector community. The maximum gross area for the RSE is limited to 15,500 gross square feet Renovation of buildings 7416 and 7418: Buildings 7416 and 7418 are existing 33,910 s.f. buildings with 3,520 s.f. mezzanines. The buildings are to be remodeled to accommodate the Group Support Troop Battalion (GSTB) Company Operations Facility (COF). 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 • Duns number and CAGE Code for your company • Business size to include any official teaming arrangements as a partnership or joint venture • Company confirmation of 1-Step Selection Procedure for Evaluation Criteria: o 1) Yes, our company would propose on the potential project if it uses a 1-Step Procedure o 2) No, our company would not propose on the potential project if it uses a 1-Step Selection Procedure. o Provide an explanation for your decision • 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 SINGLE AND AGGREGATE BONDING 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 $49 MILLION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F13SM007/listing.html)
- Place of Performance
- Address: Fort Carson, Colorado, Fort Carson, Colorado, United States
- Record
- SN02923427-W 20121104/121102233737-44b4ae96cb97052122c01892fc63ddb8 (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 |