Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2014 FBO #4716
MODIFICATION

Y -- Design/Build project for the construction of a Total Army School System (TASS) Training Center at Ft. Lee in Virginia.

Notice Date
10/21/2014
 
Notice Type
Modification/Amendment
 
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-15-FTLEE-TASS
 
Response Due
10/30/2014
 
Archive Date
12/20/2014
 
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 Total Army School System (TASS) Training Center (TTC) in support of the One Army School System model to the United States Army Corps of Engineers (USACE) General Instruction Building (GIB) standard design. Primary facilities include construction of a TTC GIB which includes maintenance and unheated storage requirements. Building 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, security and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 138 Tons). Contract duration is estimated at 525 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 30 October 2014 by 1:00 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 - 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. Provide documentation demonstrating DB experience for multi-building projects of similar type buildings involving management of multiple sub-contractors. LEED experience necessary. 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. a.Projects considered similar in scope and $ value to this project include: Construction of Army Reserve Centers with administrative offices, classrooms, library, learning center, assembly hall, arms vault, kitchen, unit storage, and physical readiness areas for 11 Army Reserve units. The Maintenance Shop will provide training space to accomplish organizational maintenance for all military equipment stored at this facility. Also provided are adequate parking spaces for all military and privately-owned vehicle b.Projects similar in size will include: Training Building (to include Maintenance Shops) of 30,000 to 40,000 SF or greater; Additional experience required for this project includes POV paving of 5,600 SY or more as well as MEP paving of 3,200 SY or more. c.Potential Environmental Issues: Records of the site indicate a WWI era convalescent hospital existed at the proposed site that was demolished in the 1920's. Site testing by the base has uncovered infrastructure including foundations containing black mastic coating that EPA classifies as Asbestos Containing Material. Also, a UXO recon survey was performed and several metallic subsurface anomalies were identified, but no UXO's. The site is classified as a quote mark low risk quote mark for UXO's, but a UXO technician shall be on site at all times during the excavation phase of the projects. 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.dollar value of the project e.the portion and percentage of work that was self performed, f.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-15-FTLEE-TASS/listing.html)
 
Record
SN03555276-W 20141023/141021234644-9c1c8f38fadfb1348e43b7a95070eddc (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.