SOURCES SOUGHT
Y -- Missile Technology and Evaluation Facility MTEF
- Notice Date
- 10/28/2020 7:37:46 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
- W912QRMissileTechnologyandEvaluationFacilityMTEF
- Response Due
- 11/10/2020 11:00:00 AM
- Archive Date
- 11/25/2020
- Point of Contact
- Robert Glenn, Phone: 5023156449
- E-Mail Address
-
robert.glenn2@usace.army.mil
(robert.glenn2@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 to construct a 10,000 SF RDT&E laboratory facility with administrative office space.� Project includes fire protection and alarm systems, and heating/air conditioning systems.� Supporting facilities include site development, utilities and connections, lighting, parking, storm drainage, information systems, and landscaping Contract duration is estimated at 420 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. 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 10 November 2020 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Entity Identifier(s) (formerly DUNS 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 descriptions of up to (3) three projects with greater than 95% completion by you as the prime contractor within the past five (5) years which are similar to this project in 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. Example projects must be of similar size and scope.� �� a. Projects similar in scope to this project include: Construction of general administrative office and RDT&E laboratory space, commercial and industrial warehouses, associated support features like parking, and civil site work. Renovation is not considered similar in scope. b. Projects similar in size to this project include: New general administrative office and RDT&E laboratory space, commercial and industrial warehouses having total square footage of approximately 7,500 SF. c.�� Based on the information above, for each project submitted, include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project.�� c. Size of the project.� � � d. The portion and percentage of the project that was self-performed between $5,000,000 and $10,000,000 for Design Bid Build. 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. Interested Offerors shall respond to this Sources Sought Synopsis no later than 10 November 2020 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Robert Glenn, Contract Specialist, at: Robert.Glenn2@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. 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/027b26720b104bb79153c9a177fd8df8/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN05840429-F 20201030/201028230152 (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 |