SOURCES SOUGHT
Y -- Design/Bid/Build - for the Fort McCoy Access Control Point (ACP)/Mail/Freight Center. Fort McCoy is located between Sparta and Tomah, Wisconsin in Monroe County.
- Notice Date
- 1/8/2014
- 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-14-FTMCCOY-ACP
- Response Due
- 1/17/2014
- Archive Date
- 3/9/2014
- Point of Contact
- Morgan Strong, 502-315-6210
- E-Mail Address
-
USACE District, Louisville
(morgan.k.strong@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, 8A, 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 new Access Control Point and Mail and Freight screening/distribution facility of 32,000 SF. Project includes: 1.) A new Access Control Point with ID check area, gatehouse, search office, inspection canopies, roadways, traffic control signals, active and passive vehicle barriers (K-12 or M50 rated type) with associated safety and comprehensive control systems, information systems, uninterruptable power system, closed circuit TV, and intrusion detection system (IDS). 2.) A new Mail/Freight facility (32,000 SF) with mail screening room, mail pickup, warehouse, and loading docks. The project as a whole, in addition to the 2 parts described above, includes construction of supporting facilities including: general site improvements, land clearing, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, signage, security fencing, and improvement of X Road near the entrance of the ACP. Buildings will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, fire protection and alarm systems, security and electrical systems, and Energy Monitoring Control Systems (EMCS) connection. Facilities are designed to a minimum life of 50 years. Contract duration is estimated at 630 days. The estimated cost range is between $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 17 January 2014 by 2:00 PM 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) Descriptions of Experience - Provide descriptions of your firm's past experience on new construction project(s), with greater than 90% construction complete, or those projects completed within the last 5 (five) years, which are similar to this project (Access Control Point/Mail/Freight Center) in size, and complexity. Provide documentation demonstrating construction experience building projects of similar type involving management of multiple sub-contractors: a. Please submit project examples and narrative, demonstrating Access Control Point (Government or non-Gov application) and Mail/Freight Center/warehouse, loading dock knowledge and experience to manage and construct a complex similar to that provided in Project Description above. Similar scope includes: access control point buildings, and mail/freight center/warehouse, with loading dock. Buildings must be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, fire protection and alarm systems. Construction of pre-engineered buildings does not count toward the 22,000 square feet. b. Projects similar in size will include: 22,000 SF. Based on definitions above, for each project submitted include: a.current percentage of construction complete and the date when it was or will be completed. b.scope of the project c.size of the project d.the portion and percentage of work that was self performed, e.whether the project was design/build or not (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 Mr. Morgan Strong at morgan.k.strong@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Morgan Strong, Louisville, KY 40202-2267. If you have questions please contact Morgan Strong at morgan.k.strong@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-14-FTMCCOY-ACP/listing.html)
- Record
- SN03263329-W 20140110/140109001032-573764c7b58d3107d7a8be4937a1fec2 (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 |