SOURCES SOUGHT
Y -- Design/Bid/Build construction of a
- Notice Date
- 10/24/2014
- 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-15-JOINT-DEPLOYMENT-FACILITY
- Response Due
- 11/7/2014
- Archive Date
- 12/23/2014
- Point of Contact
- Lisa Duffy, 502-315-7402
- E-Mail Address
-
USACE District, Louisville
(lisa.a.duffy@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 Joint Regional Deployment Facility and Passenger Terminal for military deployment personnel processing, passenger services, and response of Federal and State entities in support of national interests. This facility will receive and process Marine, Army Reserve and Total Air Force personnel in support of joint deployment operations world-wide. Coordination with the State Historic Preservation Officer will be required for the building demolition. The contractor will provide all labor, material, and equipment necessary to safely demolish, remove asbestos, and lead base paint for 2 building and construct a Joint Regional Deployment Facility on time and within budget. Commissioning of HVAC and electrical systems, life safety alarms, and card access controls will be required. Sustainable design and development and Energy Policy Act of 2005 (EPAct05) features are part of the Deployment Facility. 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; and 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. Contract duration is estimated 540 days. The estimated cost range is between $10,000,000.00 to $25,000,000.00. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email November 7, 2014 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 3. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. 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. Example projects must be of similar size and scope. 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: new construction projects with a single building or multiple buildings with a combined total in excess of 35,000 SF. Construction of pre-engineered buildings does not count against the 35,000 SF. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. c. Based on the information above, for each project submitted, include: 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 project and construction management services or physical vertical and horizontal construction by construction trade. 6.Identify the number of subcontractors by construction trade utilized for each project. d. Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. 4. 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. Include the percentage of the work that will be self performed on this project, and how it will be accomplished. Email responses to Lisa Duffy at Lisa.A.Duffy@usace.army.mil. If you have questions please contact Lisa Duffy at Lisa.A.Duffy@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-JOINT-DEPLOYMENT-FACILITY/listing.html)
- Record
- SN03558166-W 20141026/141024234152-9c6d0bbc87c0bd967fedf98c6dd90f34 (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 |