Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2015 FBO #5139
SOURCES SOUGHT

Y -- Fort McCoy, WI Access Control Point (ACP)/Mail/Freight Center

Notice Date
12/17/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-16-ACP-FTMcCoy
 
Archive Date
1/22/2016
 
Point of Contact
Scott A. Henry,
 
E-Mail Address
scott.a.henry@usace.army.mil
(scott.a.henry@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 new Access Control Point and mail and Freight screening/distribution facility of 32,000 SF. The project includes: 1.) A new Access Control Point with ID check area, gatehouse, search office, inspection canopies, roadways, traffic control signals, active and passive vehicle barriers (K-12 or M50 rated type) with associated safety and comprehensive control systems, information systems, uninterruptable power system, closed circuit TV, and intrusion detection system (IDS) 2.) A new Mail/Freight facility (32,000 SF) with mail screening room, mail pickup, warehouse, and loading docks. The project as a whole, in addition to the 2 parts described above, includes construction of supporting facilities including: general site improvements, land clearing, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, signage, security fencing, and improvement of X Road near the entrance of the ACP. Buildings 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, fire protection and alarm systems, security and electrical systems, and Energy Monitoring Control Systems (EMCS) connection. Facilities are designed to a minimum life of 50 years. Contract duration is estimated at 720 days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email 07 January 2016 by 1:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 90 percent completion or projects completed in the past five (5) years which are similar to this project (Access Control Point/Mail/Freight Center) in size and complexity 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. Provide documentation demonstrating construction experience building projects of similar type involving management of multiple sub-contractors. a. Projects similar in scope to this project include: Access Control Points (Government or non-Government application) and Mail/Freight Center/Warehouses/ Shipping and Receiving Centers with loading docks. Buildings will consist of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, fire protection and alarm systems. b. Projects similar in size to this project include: 22,000 square feet. Construction of pre-engineered buildings does not count toward the 22,000 square feet requirement. 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 percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. 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 work that will be self performed on this project, and how it will be accomplished. NOTE: 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. Email responses to Scott Henry at scott.a.henry@usace.army.mil. If you have questions please contact Scott Henry at scott.a.henry@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-16-ACP-FTMcCoy/listing.html)
 
Record
SN03972830-W 20151219/151217235317-05d118351f930ef197e254ec3cdea157 (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.