Inactive
Notice ID:W9128F-19-S-M010
Sources Sought Notice Identification Number: W9128F-19-S-M010 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICIT...
Sources Sought Notice Identification Number: W9128F-19-S-M010 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. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) BETWEEN $1.0 - $5.0M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to Stephanie.A.Harr@usace.army.mil no later than 2:00 p.m. MST, 11 February 2019. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. Project Description: Renovation of Wing Command Post 90 in Building 250 and associated facilities and infrastructure at F.E. Warren AFB, Wyoming. Building 250 is an existing building built in 1909 and converted to a headquarters and command post in 1963. It is a two-story building with a basement for a total of three stories. The exterior walls are a combination of concrete block, stone, brick and concrete. The interior is a combination of steel and wood construction. This renovation will be for approximately two-thirds of the basement, consisting of the north and east wings for total area of 11,468 square feet. Project construction will include the removal of the concrete floor slab in a portion of the north wing of the basement, lowering of the slab elevation by 14 inches (removing dirt), and pouring a new concrete slab at the new, lower elevation. The project will also include demolition of interior non-load bearing partitions, finishes, restrooms and associated utilities to the extent required to construct the new floor plan. Construction includes new walls, restrooms, doors, finishes and associated utilities. Submission Details: All interested, capable, qualified (under NAICS code 236220) 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 (h)er/is phone number and email address • Cage Code and/or DUNS • 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 • Dates of construction work, to include completion date • Project references (including owner with phone number and email address) • Project cost, term and complexity of job • Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS 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 $1.0 -$5.0M. Telephone inquiries will not be accepted.