SOURCES SOUGHT
Y -- Repair Carlton Complex, USAF Academy, Colorado
- Notice Date
- 10/28/2022 9:36:09 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
- W9128F23SM002
- Response Due
- 11/16/2022 12:00:00 PM
- Point of Contact
- Shawn Adkins, Amanda Eaton
- E-Mail Address
-
shawn.a.adkins@usace.army.mil, Amanda.E.Eaton@usace.army.mil
(shawn.a.adkins@usace.army.mil, Amanda.E.Eaton@usace.army.mil)
- Description
- �Sources Sought Identification Number: W9128F23SM002 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. �The Government requests responses from POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10M. �The Government will use the responses to this source sought announcement to make appropriate acquisition decisions for this project. Responses are to be sent via email to shawn.a.adkins@usace.army.mil no later than 2:00 p.m. CST, 16 November 2022.� Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. PROJECT DESCRIPTION: This project will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the government with a complete facility and warranty based on the Request for Proposal (RFP). � Renovation: Carlton House, USAF Academy, Colorado The Carlton House is a single-family housing unit (General Officers Quarters) and is the primary residence for the United States Air Force Academy's Superintendent/Commander. The house and supporting facilities in the complex also provide all necessary amenities for an O-9 General Officer Special Command Position and are used for multiple Academy and Air Force events throughout the year which include the entertainment of senior Air Force leadership, national and international dignitaries, and the cadets.� The complex is a national register of historic places facility and was constructed in 1931.� The project involves renovation and repair of the main facility (Carlton house approx. 13,000 SF), Falcon House (2,316 SF), and Caterer's Kitchen (1,032 SF).� Renovation and repair will perform exterior (historic roof, windows, doors, and stucco), and interior renovation (replacement of HVAC, electrical, plumbing, and remodeling of kitchens, bathrooms, and living spaces).� The project will bring these facilities up to current code.� Site work outside the 5' lines include utility replacement and site improvements such as paving, and landscaping.� Abatement of existing hazardous materials (lead, asbestos) will be required.� 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 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, terms, and complexity of job � Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Responses will be shared with Government personnel and the project management team on a need to know basis, 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 $10,000,000.00. In accordance with (IAW) FAR 36.204, the magnitude of this project is expected to be between $5,000,000 and $10,000,000. Telephone inquiries will NOT be accepted. Thank you for your assistance in helping complete this market research survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/529eed3e068d4949b2942eddb972e8c8/view)
- Place of Performance
- Address: USAF Academy, CO, USA
- Country: USA
- Country: USA
- Record
- SN06505462-F 20221030/221028230100 (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 |