Inactive
Notice ID:W9128F20SM009
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...
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) OF AT LEAST $4M. 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 william.t.rawe@usace.army.mil no later than 2:00 p.m. MST, 25 March 2020. Please include the Sources Sought Notice Identification Number in the Subject line of the email submission. Project Description: This is a fully designed project. Construct a 372 SM, pull through vehicle maintenance facility with garage doors, cranes, and vehicle lifts to adequately service large mission essential vehicles (transport erectors, payload trucks, fire trucks). Construction includes reinforced concrete footings, floor slab, supporting structure, vehicular work bays, and egress. Facility includes all necessary site work, utilities, mechanical electrical, fire protection systems, back-up power and all other required support. Force protection includes reinforced exterior walls, blast-proof windows, and passive barriers. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. 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 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, 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 $4M. Telephone inquiries will NOT be accepted.