Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
SOURCES SOUGHT

Y -- 144 PN dormitory complex

Notice Date
3/23/2016
 
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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-16-S-M005
 
Archive Date
7/29/2016
 
Point of Contact
Dawn S. Barnett, Phone: 4029952091
 
E-Mail Address
dawn.s.barnett@usace.army.mil
(dawn.s.barnett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice identification number: W9128F-16-S-M005 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $20-30M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to dawn.s.barnett@usace.army.mil no later than 2:00 p.m. CST, 30 March 2016. Project Description: The work consists of the completing the design and construct a 144 PN dormitory complex, utilizing economical design and Type V construction methods to accommodate the mission of the facility. The facility should be compatible with applicable DoD, Air Force, and base design standards. Includes (Dorms-4-Airmen standard) 4-room-bath/kitchen living room modules with laundry rooms. Gross building area shall not exceed 5,544 square meters. Demolition of one facility (4,818 SM), and all necessary support is included. Force protection includes reinforced exterior walls and fully laminated windows. Work will include building information systems, intrusion detection systems installation, energy monitoring and control system connections, fire/smoke detection and alarm systems and connections to the installation central systems. Special Foundations are required due to expansive and corrosive soil. Supporting facilities include electric service, water, sewer and gas, paving, walks, curbs and gutters, parking, storm drainage, site work and exterior information systems. Sustainability and energy enhancement measures will also be included. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-101-01. Air Conditioning is estimated at 200 Tons. Submission Details: All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required. Please include the following information in your response/narrative: • Company name, address, and point of contact, with (h)er/is phone number and email address • Business size to include any official teaming arrangements as a partnership or joint venture • Details of similar projects and state whether you were the Prime or Subcontractor • Dates of construction work • Project references (including owner with phone number and email address) • Project cost, term and complexity of job • Information on your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $20-30M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-S-M005/listing.html)
 
Place of Performance
Address: Ellsworth AFB, South Dakota, United States
 
Record
SN04059386-W 20160325/160323234628-c2512b85268c6b77cd1f32958797270f (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.