SOURCES SOUGHT
Y -- Firefighter Training Facility
- Notice Date
- 9/20/2019
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, US 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
- W912QRLACKLAND
- Archive Date
- 10/22/2019
- Point of Contact
- Scott C. Ferguson, Phone: 5023156215
- E-Mail Address
-
scott.ferguson@usace.army.mil
(scott.ferguson@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 Design-Bid-Build is to construct a 4,123 SF firefighter training facility with a masonry exterior, steel frame structure, reinforced concrete foundation and floors, and roof system. The construction will also include fire protection, HVAC, communication/electrical outlets, lighting, and plumbing and fixtures. Contract duration is estimated at 350 calendar days. The estimated cost range is between $1,000,000 and $5,000,000. 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 on 07 October 2019, 11:59PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number 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 greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. 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. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. a. Projects similar in scope to this project include: New building construction with open office space and administrative facilities. b. Projects similar in size to this project include: 2,887 SF c. Based on the definitions 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 design-build construction. 5. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 8. The portion and percentage of the project that was self-performed. 9. Demonstrate and provide successful Design Bid Build Projects within the last 5 years. 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 and any questions to Scott Ferguson at scott.ferguson@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/W912QRLACKLAND/listing.html)
- Place of Performance
- Address: Joint Base San Antonio - Fort Sam Houston, San Antonio, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN05453013-W 20190922/190920230716-17f3ff54bfc14790d41c1220ab93cd50 (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 |