Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOURCES SOUGHT

Y -- Component Rebuild Facility Addition, Letterkenny Army Depot, Chambersburg, PA

Notice Date
6/4/2015
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-B-0009
 
Response Due
10/1/2015
 
Archive Date
10/31/2015
 
Point of Contact
Stephen Stolte, 4109622711
 
E-Mail Address
USACE District, Baltimore
(stephen.a.stolte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District requests capability statements from all qualified and interested parties from Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The U.S. Army Corps of Engineers, Baltimore District has been tasked to solicit and award a firm-fixed-price construction contract for construction of an addition to a component rebuild facility at Letterkenny Army Depot, Chambersburg, PA. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 236210 - Industrial Building Construction, with a size standard of $36,500,000.00 and a magnitude of construction between $10,000,000.00 and $25,000,000.00. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government intends to solicit an Invitation for Bids for a Design-Bid-Build Construction Contract to construct a 45,000SF PEMB component rebuild shop with canopy connection to the existing facility to modernize metal treatment processes. Existing processes must remain operational in adjacent buildings during construction. The building construction includes pre-engineered metal wall panels, and micropiles. The addition corrects the problem of having metal treatment activities inter-mixed with production work areas and provides for separation of functions. This project supports the efficient refurbishing of tactical vehicles and equipment as well as safety of the workforce. The process requires rigorous metal treatment that includes media blasting, chemical stripping and recoating, power washing, and sanding. Primary facilities include metal dip tank treatment and surface preparation areas, multiple overhead cranes, spill containment, a pressure wash bay, and media blasting booth, Intrusion Detection System (IDS) installation, Energy Monitoring Control Systems (EMCS) connection and building information systems. The project involves coordination for relocation of some equipment by others in addition to new equipment. Prior Government contract work is not required for submitting a response under this sources sought notice. Offeror's response to this notice shall be limited to 10 pages and shall include the following information: 1) Firm's name, address, point of contact, phone number, and e-mail address; 2) Firm's interest in submitting a bid in response to the solicitation when it is issued; 3) Provide at least 2 (two) examples of projects similar to the scope of work and magnitude of construction identified above and completed with the last 5 (five) years to demonstrate firm's capability to perform this contract (include description and scope of work of the project, customer name, timeliness of performance, customer satisfaction, percentage of completion, and dollar value of the project). 4) Firm's type of business (SB, SDVOSB etc.); 5) A letter from your bonding company stating the firm's single project and aggregate project bonding capability. Interested prime bidders shall respond to the Sources Sought Synopsis no later than June 16, 2015 at 2:00 PM (EST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email is the preferred method of delivery for responses to this synopsis. Please send all responses to Stephen Stolte at stephen.a.stolte@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-B-0009/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03753321-W 20150606/150604235626-23126b8f822b9adb1634848567c80fa3 (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.