Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOURCES SOUGHT

Y -- Minot B546 Missile Command HQ Renovation, North Dakota

Notice Date
3/17/2020 2:22:37 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F20R0028
 
Response Due
3/23/2020 1:00:00 PM
 
Archive Date
04/07/2020
 
Point of Contact
Jae Chang
 
E-Mail Address
jae.chang@usace.army.mil
(jae.chang@usace.army.mil)
 
Description
Sources Sought Notice Identification Number: W9128F-20-R-0028 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 $23M. 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 jae.chang@usace.army.mil no later than 2:00 p.m. MST, 23 March 2020.� Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. Project Description: The B546 Missile Command HQ is a full demolition and reconstruction of the interior 91 MXG section Industrial Shop portion of the 91MW headquarters building. It will include a full interior demolition of all components and non-load bearing walls, relocation of the shops based upon area need, upgrade of assemblies per UFC, NFPA, and IBC requirements, and optimization of the workflow, including addition of secondary dedicated means of egress for that portion of the facility. Exterior enclosure of the building is generally not included in this estimate, but roof repair by resealing on this section of the building is applied. It does not include the vehicle bays located in the same area. Technical Engineering will be removed from this building in order to allow for better flow of the remaining shops. Assemblies Affected: Foundation, Interior Construction and Finishes, All Mechanical Systems, All Fire Protection Systems, All Electrical Systems, Comm Infrastructure. This project will comply with applicable DoD Air Force and base design standards as applicable. In addition, local materials and construction techniques will be used where cost effective. Facilities will be designed as permanent construction with appropriate antiterrorism/force protection Submission Details: All interested, capable, qualified (under NAICS code 236220 Commercial and Institutional Building Construction) 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 � Start and end 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 PERFORMANCE AND PAYMENT BONDS 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 $23 MILLION. Telephone inquiries will NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ffa13ff287845d9b22c80fdd5971ae1/view)
 
Place of Performance
Address: Minot AFB, ND 58705, USA
Zip Code: 58705
Country: USA
 
Record
SN05592338-F 20200319/200317230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.