Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2022 SAM #7678
SOURCES SOUGHT

Z -- ADAL South Entry Gate, Minot Air Force Base, North Dakota

Notice Date
12/6/2022 2:58:38 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
W9128F23SM004
 
Response Due
12/20/2022 9:00:00 AM
 
Point of Contact
Gloria N. Garside, Shawn Adkins
 
E-Mail Address
gloria.garside@usace.army.mil, shawn.a.adkins@usace.army.mil
(gloria.garside@usace.army.mil, shawn.a.adkins@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 gloria.garside@usace.army.mil no later than 11:00 a.m. CST, 20 December 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). � ADAL South Entry Gate, Minot Air Force Base, North Dakota. Repair and expand the existing drive-lane to ensure it is provided with adequate and updated AT/FP measures.� Construct a new permanent Entry Control Vehicle Inspection Facility, complete with a bathroom and mechanical systems, replacing the existing temporary tent structure while expanding the commercial Vehicle Queuing area.� Reconfigure the post drive-lane gatehouses road, providing a curved design to reduce peak vehicle speeds between the security control point gatehouse and the final active vehicle-security barrier.� Relocate the final active vehicle-security barrier to ensure the distance from the access control gatehouses to the barrier adequately accounts for vehicle speed acceleration and personnel reaction times, aligning with Air Force AT/FP Standards. Extend the vehicle barrier bollard and cabling system to support the relocated active vehicle barrier and reconfigured road.� Provide updated site and utility connections to support the building and road work items outlined above. 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/0ebe44e2de3843c6a412cb119079e00a/view)
 
Place of Performance
Address: Minot AFB, ND, USA
Country: USA
 
Record
SN06536620-F 20221208/221206230100 (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.