Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOURCES SOUGHT

Y -- Youngstown Indoor Firing Range

Notice Date
3/17/2016
 
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
16-YoungstownFiringRange
 
Archive Date
4/15/2016
 
Point of Contact
Casey R. Ross, Phone: 5023156197
 
E-Mail Address
casey.r.ross@usace.army.mil
(casey.r.ross@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, Woman-Owned Small Business 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 27,200 SF Firing Range. A properly configured 25 meter, full impact, fully contained firing range is required to provide vital training to military personnel that require certification in the use of up to.45 caliber handguns, 12 gauge shotguns, and rifles up to 7.62mm. The range includes 21 firing line positions for rifle, pistol, and shotgun with mobile capabilities to include lateral movement across the firing line and downrange movement to engage targets. The 21 point live fire range facility with reinforced concrete foundation, waterproof concrete floor slab with floor drains, structural steel frame, insulated concrete form (ICF) walls, steel deflector plates, bullets trap, overhead baffles, utilities, HVAC, ventilation/exhaust system, and sound reflection reduction. Demolish the existing range (9,160 SF) and range storage facility (345 SF) after construction of new range is complete. Project includes antiterrorism/force protection requirements identified in DOD Unified Facilities Criteria. Contract duration is estimated at 450 Calendar Days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 31 March 2016 by 1:00 PM Eastern Standard 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 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: Projects considered similar in scope are fully enclosed, fully contained multi-lane indoor firing ranges that include metal bullet traps with dust-management systems; lead contaminant ventilation/exhaust systems; overhead baffle systems; and administrative/support spaces. b. Projects similar in size to this project include: Projects considered similar in size are greater than 15,000 square feet. 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 Casey Ross at Casey.R.Ross@usace.army.mil. If you have questions please contact Casey Ross at Casey.R.Ross@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/DACA27/16-YoungstownFiringRange/listing.html)
 
Place of Performance
Address: Youngstown ARB, OH, Youngstown, Ohio, 44473, United States
Zip Code: 44473
 
Record
SN04053609-W 20160319/160317234651-41ab673b1fdcddbf10699239a5697daa (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.