Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2014 FBO #4563
SOURCES SOUGHT

Y -- Design/Bid/Build of an Army Reserve Center (ARC) at Tonganoxie (Kansas City), KS

Notice Date
5/21/2014
 
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-ARC-KANSASCITY
 
Response Due
6/5/2014
 
Archive Date
7/20/2014
 
Point of Contact
April Judd, 502-315-7403
 
E-Mail Address
USACE District, Louisville
(april.c.judd@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 to provide all labor, material, and equipment necessary to safely construct an Army Reserve Center (ARC) on time and within budget. The ARC includes a multi-functional training building, an organizational maintenance shop with an unheated storage (UHS) building. The project includes construction of a pre-engineered UHS building, permanent construction including reinforced concrete foundations, concrete floor slabs, and structural steel frames, masonry veneer walls, vinyl roof, complete HVAC, plumbing, mechanical, security and secondary electrical systems. Commissioning of HVAC and electrical systems, life safety alarms, and card access controls will be required. Water tanks to support the fire suppression system are to be constructed as part of the project. Construction of a center turn lane, with an acceleration and deceleration lane will be constructed according to the Kansas State Department of Transportation Highway standards and requirements. Roof installation will require oversight by Registered Roof Observer. Relocation of utilities within the state highway right of way is required. Complex internal information technology systems will require registered communications distribution designer oversight; Sustainable design and development and Energy Policy Act of 2005 (EPAct05) features are part of the ARC. Land clearing, paving, fencing, general site improvements, and extension of utilities will be required. Successful contract performance will include: 1) prime contractor self performing in excess of 15% of the contract amount 2) effective project management of scope, schedules, budgets and sub-contractors 3) Green Building Counsel LEED Silver certification; 4) effective implementation of all safety and quality control requirements compliance with regard to Clean Water Act permitting under Section 401 and 404, environmental protection of endangered plant and animal species; 5) excellent coordination with local, state and federal agencies, to include Kansas State Department of Transportation and local utility companies to ensure their requirements are successfully integrated with the construction project. Contract duration is estimated at 540 days. The estimated cost range is between $10,000,000.00 and $25,000,000.00. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 06-05-2014 by 4:00PM 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) Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with greater than 95% completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. a. Projects similar in scope to this project include: Project management and physical construction of new Armed Forces Reserve Centers, Army Reserve Centers, National Guard Armories, multifunctional office complexes, multi-functional education facilities, or vehicle maintenance shops. b. Projects similar in size to this project include: Projects with a single building or multiple buildings with a combined total in excess of 40,000 SF. Construction of pre-engineered buildings does not count against the 40,000 SF. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. (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. *Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Interested construction firms must present past experience as a prime contractor on projects of similar size and scope with: 1.Current percentage of construction complete and the date when it was or will be completed. 2.Scope of the project. 3.Size of the project. 4.The dollar value of the construction contract and whether it was design-bid build or design-build. 5.The type and percentage of the contract cost, excluding cost of materials, that was self-performed as 1) project and construction management services; 2.) physical vertical and horizontal construction by construction trade(s). 6.Identify the number of subcontractors by construction trade utilized for each project. 7.Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Total submittal package shall be no longer than 8 pages. Email responses to April Judd at april.c.judd@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: April Judd, Louisville, KY 40202-2267. If you have questions please contact April Judd at april.c.judd@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-ARC-KANSASCITY/listing.html)
 
Record
SN03372893-W 20140523/140521234928-35265dc060c760a25dbc0cb6459a3f7c (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.