SOURCES SOUGHT
Y -- SOF Group Special Troops Battalion - Ft. Campbell, KY
- Notice Date
- 10/1/2014
- 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-FTC-SOF
- Response Due
- 10/16/2014
- Archive Date
- 11/30/2014
- Point of Contact
- Patrick Duggins, 502-315-6187
- E-Mail Address
-
USACE District, Louisville
(patrick.j.duggins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A MARKET SURVEY IS BEING CONDUCTED TO DETERMINE IF THERE ARE INTERESTED AND QUALIFIED SMALL BUSINESS, HUBZONE SMALL BUSINEES, 8(A) SMALL BUSINESS, OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONTRACTORS FOR THE FOLLOWING PROPOSED PROJECT: The Design Build Construction of a Group Special Troops Battalion (GSTB) facility to include company administrative and readiness modules with arms vaults, various support areas including classrooms, conference rooms, team rooms, Sensitive Compartmented Information Facilities (SCIF), and mission planning areas. SCIF will be designed and constructed in accordance with ICD 705 criteria. Built-in building systems include fire alarm/mass notification, fire suppression, energy management controls, telephone, advanced unclassified and classified communications networks, cable TV, intrusion detection, closed circuit surveillance, electronic access control, and a protected distribution system (PDS). Supporting facilities include site preparation, utilities (electrical, water, sanitary sewer, natural gas, chilled water, and information systems), lighting, vehicle parking, access drives, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) quote mark Silver quote mark. Access for persons with disabilities will be provided. Comprehensive interior design and audio visual services are included. All Interested SMALL BUSINESS, HUBZONE SMALL BUSINEES, 8(A) SMALL BUSINESS, OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONTRACTORS SHOULD NOTIFY THIS OFFICE IN WRITING BY MAIL ON OR BEFORE 16 OCTOBER 2014 @ 10:00 A.M. EST. Interested construction firms must provide no more than three (3) example projects with greater than 95 percent 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. The scope of services for similar projects will include project management, design and physical construction of multi-story administrative office and classroom spaces that were constructed in accordance with Director of Central Intelligence Directive (DCID) 6/9, JAFAN 6/9, or Intelligence Community Directive Number (ICD) 705 criteria. Projects similar in size will include new construction projects with a single building or multiple buildings with a combined total square footage in excess of 50,000 SF. Construction of pre-engineered buildings does not count against the 50,000 SF. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. 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 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. Projects similar in dollar value to this project will fall within the range of $10M - $25M closer to $25M. SEND RESPONSES TO THE US ARMY CORPS OF ENGINEERS, LOUISVILLE DISTRICT, 600 DT. MARTIN LUTHER KING JR. PLACE, ROOM 821, ATTN: MORRIS CUNNINGHAM, LOUISVILLE, KY 40202-2267 or via email to Morris.L.Cunningham@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-FTC-SOF/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
- SN03539408-W 20141003/141001234650-57e8e0e3de7dc5e3c1cfd32d320a6347 (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 |