Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOURCES SOUGHT

Y -- Sources Sought Notice High Bay Vehicle Maintenance, US Air Force Academy, CO

Notice Date
5/11/2021 10:36:32 AM
 
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
W9128F21SM029
 
Response Due
5/25/2021 1:00:00 PM
 
Archive Date
06/09/2021
 
Point of Contact
Jessica Merrill
 
E-Mail Address
Jessica.L.Merrill@usace.army.mil
(Jessica.L.Merrill@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought: W9128F21SM029 General. �This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Notice Details. �The U.S. Army Corps of Engineers (USACE), Omaha District (CENWO), is conducting market research to identify sources (Small Businesses Only) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $1M-$5M.� The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. 3.� Project Scope. CENWO intends to acquire construction services to Design and construct a 296 SM, high bay vehicle maintenance addition to an existing vehicle maintenance building. The existing architectural style with exposed aggregate concrete panels will be required to match. The addition will have a higher ceiling clearance and longer drive through bay with large powered overhead doors. The addition will be structurally separated from the existing building. A bridge crane and in-floor lift will be provided. Project will also include a small amount of demolition and a small amount of hazardous material abatement. Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of this project.� The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work.� The Government reserves the right to update this information as project planning documentation is published and updated.� Estimated Construction Cost (ECC):� The current ECC is between $1,000,000 and $5,000,000. Ref. FAR 36.204 Disclosure of Magnitude of Construction Projects. 4. �Submission Details. All interested, capable, qualified (under NAICS code 236220 �Commercial and Institutional Building Construction�, related size standard is: $39.5M), and responsive contractors are encouraged to reply to this market survey request. Interested SMALL BUSINESS PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above.� Responses to this Sources Sought notice must be submitted electronically (via email) only, with SUBJECT: Sources Sought � High Bay Vehicle Maintenance, US Air Force Academy, CO� �Please email to Jessica Merrill, Contract Specialist, Jessica.l.Merrill@usace.army.mil before 2:00 pm MST, Tuesday 25 May 2021. All responses must be received by the specified time and due date to be considered. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME MAY NOT BE CONSIDERED. Responses to this Sources Sought shall be limited to ten (10) pages and shall include the following information in your response/narrative: Company name, address, point of contact, phone number, e-mail address, CAGE 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). 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 of your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING 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 $1M-$5M Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, may be published on Beta.SAM.gov (previously Federal Business Opportunities). However, responses to this notice will not be considered adequate responses to a formal synopsis. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35b9c72fd2ce44d4ad8b6fabc493dc4c/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05998814-F 20210513/210511230101 (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.