SOURCES SOUGHT
Y -- Family Housing New Construction, Fort McCoy, WI
- Notice Date
- 6/5/2018
- Notice Type
- Sources Sought
- NAICS
- 236115
— New Single-Family Housing Construction (except For-Sale Builders)
- 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-18-S-M031
- Archive Date
- 7/4/2018
- Point of Contact
- Donna R. Larson, Phone: 402-290-3692
- E-Mail Address
-
donna.r.larson@usace.army.mil
(donna.r.larson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought: W9128F-18-S-M031 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 $10M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Project Description: This is a Fully-Designed Project. Construct 7 single Family Housing units for Field Grade Officers (FGO) consisting of three 4-bedroom units and four 3-bedroom units. Project includes individual unit metering of utilities, hard wired interconnected smoke detectors, carbon monoxide detection, garages, storage, patios, backyard fencing, landscaping, and all equipment and appliances for fully functional residential living units. Project includes neighborhood amenities, walkways, roads, utilities, Utility Energy Monitoring and Control System (UEMCS), environmental measures required by law and associated supporting infrastructure. Project shall comply with the Army Standard for Family Housing and the Army Family Housing Standard Design Criteria and site adapt design from current project. Facilities will be designed to a minimum life of 40 years and energy efficiencies meeting, Leadership In Energy and Environmental Design for Housing at the silver certification level through improved building envelope and integrated building systems performance. At least five percent of the total on post Family Housing will be accessible or readily and easily modifiable for use by persons with disabilities and includes additional 300 Gross SF or SM for harsh climates. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to provide the consolidated requirements. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 236115 (New Single-Family Construction) are hereby invited to submit a response to the market survey of no more than five (5) pages to demonstrate their technical, managerial and business capability to provide the requested services, It is anticipated that the Government will issue a firm-fix contract for services rendered. The estimated construction cost of this project is between $5M - $7M. The estimated period of performance is 410 calendar days. Contractors responding to this market survey must submit their responses via e-mail to Donna Larson at donna.r.larson@usace.army.mil no later than 10:00am Central Daylight Time, Tuesday, June 19, 2018. Please direct any questions to Donna Larson via email at donna.r.larson@usace.army.mil. All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number. PLEASE BE ADIVSED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE. Submission Details: All interested, capable, qualified (under NAICS code 236115) 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 5 pages. Email responses are required. Please include the following information in your response/narrative: • Company name, address, and point of contact, phone number, email address, and DUNS number. Identify any corporate affiliations. • Business size to include any official teaming arrangements as a partnership or joint venture. As well as, any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB) • Identify any interest in participating as a leader or member of a small business-led team: o Specify what type of team arrangement (joint venture, prime contractor/subcontractor, other. o Provide a list of potential team members and associated disciplines, if known. o Describe your current/anticipated team management structure. o Explain any financing arrangements/options available to your team that would support performance under a firm fixed price at an anticipated cost of $10-$15M. • 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 Past Performance Information 1) Please provide any past performance information for the previous 5 years that clearly demonstrates familiarity and experience with similar projects (at least two). For each project, include the following information: a. Size, term, and complexity of job; b. Information on your role as either a prime contractor or sub-contractor; and c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 2) Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. 3) Provide bonding limits per project and aggregate. All interested Offeror/Contractors should submit their information to Donna Larson via email only, Not Later Than 10:00am CDT on Tuesday, June 19, 2018. Email address: donna.r.larson@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-S-M031/listing.html)
- Place of Performance
- Address: Fort McCoy, WI, Fort McCoy, Wisconsin, 54656, United States
- Zip Code: 54656
- Zip Code: 54656
- Record
- SN04944228-W 20180607/180605231152-7912b8a54a3ada94d375b2acc84914fe (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 |