SOURCES SOUGHT
Y -- Advanced Individual Training (AIT) Complex Barracks/Company Operations Facility (BCOF), Fort Leonard Wood, Missouri
- Notice Date
- 8/6/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-14-R-4000
- Response Due
- 8/16/2013
- Archive Date
- 10/5/2013
- Point of Contact
- Brad Wright, 816-389-3936
- E-Mail Address
-
USACE District, Kansas City
(bradley.j.wright@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The following is a Sources Sought Notice. This Sources Sought announcement is for market survey information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers, Kansas City District is seeking a construction contractor to execute a Firm Fixed-Price Design-Bid-Build contract for construction of a five-story Barracks/Company Operations Facility (BCOF), a Common Cooling Tower (CCT) with support facility, and associated site improvements at Fort Leonard Wood, Missouri. This is a Design-Bid-Build project including construction of one five-story, 186,000 SF BCOF, a 10,000 SF CCT support facility, site work for the entire AIT complex, a 1/4-mile running track and physical training pits, and associated site work including grading, utilities, curb and gutter, parking, and landscaping. The Project includes procurement, installation, plant, labor, equipment, materials, transportation, and performance of all work required to construct the BCOF, CCT, and other project requirements. This is the first of two project phases. Demolition and major grading for both phases will be accomplished under the first phase. The first phase project will provide building pads and rough grading for other buildings that will be constructed for the entire complex (both phases). The contractor will be required to perform enhanced commissioning of building systems per LEED and meet a minimum of a Leadership in Energy and Environmental Design (LEED) Silver rating. Additionally, Passive House concepts will be implemented on this BCOF. The BCOF includes sleeping rooms with restrooms, elevators, a mechanical equipment area in the attic of the BCOF, command offices, computer learning rooms, common restrooms, a day room, multi-purpose rooms with storage, company supply storage rooms, caged storage, covered training/assembly areas, boot wash stations, scrub room, vault, profile recovery room, laundry facilities, and utility rooms (electrical, mechanical, and communications). The CCT will service three buildings within the AIT complex and include a small building housing mechanical and electrical equipment required for the CCT. Site work includes demolition of approximately 55,000 SF of existing concrete pavement and drives, 2 basketball courts, and 4 small picnic table shelters. The basketball courts and picnic tables/shelters will be relocated or reconstructed at other on-site locations. Site work includes rough grading for the entire project as well as sewer and water line extensions, site utilities, troop walkways, bus loading areas, parking, and finish grading for the BCOF and track areas. Site work also includes exterior lighting and landscaping. The track will be a 1/4-mile oval and will include four 11,250 SF physical training pits made of synthetic material. This sources sought announcement is posted on an unrestricted basis and both small and large businesses are eligible to respond. Prior experience with Government contract work is not required for submitting a response under this notice; however, prior experience with construction of comparable facility projects of similar size and cost range is required. The construction cost range is estimated between $25,000,000 and $100,000,000. Offeror's response to this notice shall not exceed 15 pages and shall include the following information: 1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 2. Firm's interest in providing a proposal on the pending solicitation once issued; 3. Experience: Evidence of capabilities to perform work comparable to that required for the 5-story BCOF, a common cooling tower, and significant site/utility work. Provide three recent projects (not more than five years old). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, sleeping rooms with restrooms, multiple laundry facilities, classrooms, storage, site work, etc.), completion date, total contract construction value, number of modifications, whether it was design-build or construction only, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation; 4. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of material resources and experienced staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 5. Firm's Joint Venture information, if applicable; and 6. Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company. Please send your Sources Sought responses no later than 10 days from the date of this notice via email to bradley.j.wright@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4000/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Record
- SN03138459-W 20130808/130806235450-0c01583b04ab88c6d2d345287947d223 (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 |