SOURCES SOUGHT
99 -- Construction of Vehicle Maintenance Shop in Ft. Campbell, KY
- Notice Date
- 4/7/2020 7:00:57 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-FTCVehicleMaintenanceShop
- Response Due
- 4/22/2020 11:00:00 AM
- Archive Date
- 05/07/2020
- Point of Contact
- Kelsie Hall, Phone: 502-315-6201, Marcel D. Hull, Phone: 5023156184
- E-Mail Address
-
kelsie.hall@usace.army.mil, Marcel.D.Hull@usace.army.mil
(kelsie.hall@usace.army.mil, Marcel.D.Hull@usace.army.mil)
- 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 project is for the Construction of a medium design Vehicle Maintenance Shop (VMS) located in Ft. Campbell, KY. Primary facilities for this construction project include a medium vehicle maintenance shop (approx. 36,000 SF), organizational vehicle parking (approx. 33,846 SF), four organizational storage buildings (each approx. 6,300 SF), organizational vehicle parking (approx. 27,714 SF), four oil storage buildings (each approx. 420 SF), two hazardous waste storage buildings (each approx. 420 SF), Energy Monitoring and Control Systems (EMCS) connection, Intrusion Detection System (IDS) installation, building information systems, fire alarm detection and reporting systems. Supporting facilities include utilities, paving, walks, curbs and gutters, parking, access roads, storm drainage, information systems, landscaping, site improvements, and antiterrorism measures. Heating and air conditioning will be provided by self-contained units. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Contract duration is estimated at 660 calendar days. The estimated cost range is between $25,000,000.00 and $100,000,000.00. 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�22 April 2020 by 2:00 PM Eastern 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 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 used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: New Commercial and Industrial construction, New Vehicle Maintenance Shop construction, and New Storage building construction.� Renovation projects won�t be considered similar in scope unless they include new construction that meets the similar size requirement. b. Projects similar in size to this project include: One and two story Commercial and Industrial buildings approximately 27,000 SF and Storage buildings approximately 4,700 SF. c. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project.� Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 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 to Kelsie Hall at Kelsie.Hall@usace.army.mil. If you have questions please contact Kelsie Hall at 502-315-66201 or Kelsie.Hall@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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/04966bab4c1443b1971504a2584445e5/view)
- Place of Performance
- Address: Fort Campbell, KY, USA
- Country: USA
- Country: USA
- Record
- SN05613664-F 20200409/200407230152 (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 |