Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
SOURCES SOUGHT

Y -- Design/Build of Department of Energy On-Site Warehouse, Oak Ridge, TN

Notice Date
2/2/2017
 
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-DoEOakRidgeTNOnSiteWarehouse
 
Point of Contact
Stephen P. Hutchens, Phone: 5023156186
 
E-Mail Address
stephen.p.hutchens@usace.army.mil
(stephen.p.hutchens@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, 8(a), or Service Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately. The proposed project is for the Design and Construction of a one-story, weather tight, Warehouse at the Y-12 National Security Complex. Building will be of permanent pre-engineered metal building construction with a minimum of (SF) 20,000 usable warehouse storage space with a finished eave height of 26' (feet). Work includes the demolition of the three existing "rub" tents and associated slabs on grade. Work includes design and construction of site work and utilities, building foundations, pre-engineered metal building system for exterior wall construction and structure, reinforced slab on grade, heating systems, plumbing systems, low slope metal roof not to exceed a slope of 2 in 12, electrical systems, automatic fire protection and detection systems, High Performance Sustainable Buildings (HPSB) requirements. Structure shall comply with NFPA 13 class "A" storage requirements. Contract duration is estimated at 365 calendar days. The estimated cost range is between $1 Million and $5 Million. NAICS Code is 236220. All interested Small Businesses, certified HUBZone, 8(a), or Service Disabled Veteran Owned Small Business contractros should respond to this survey by email no later than 16 February 2017 by 11:00 AM 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. Description 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 sued to verify project size, scope, dollar value, percentages and quality of performance. Examples projects must be of similar size and scope. a. Projects similar in scope to this project include: Commercial pre-engineered metal building (PEMB) storage facilities and/or government pre-engineered metal building (PEMB) storage facilities that are one story or greater in height with heating systems and automatic fire protection and detection systems. b. Projects similar in size to this project include: New construction of building structures in excess of 15,000 square feet. c. Based on the information above, for each project submitted, include: i. Current percentage of construction complete and the date when it was or will be completed. ii. Scope of the project iii. Size of the project iv. Dollar value of the project v. Portion and percentage of work that was self-performed 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 eight (8) pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Steve Hutchens at Stephen.P.Hutchens@usace.army.mil. If you have questions please contact Steve Hutchens at Stephen.P.Hutchens@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-DoEOakRidgeTNOnSiteWarehouse/listing.html)
 
Place of Performance
Address: Y-12 National Security Complex, Oak Ridge, Tennessee, 37830, United States
Zip Code: 37830
 
Record
SN04389852-W 20170204/170202235443-c71e8a74b98808434fef9d6536ab7cc7 (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.