Ft. Campbell General Purpose Maintenance Shop
Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside. If your firm is a Small Business, ... Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project, please respond appropriately. The proposed project is a design-bid-build requirement. Construct a 124,769 SF General Purpose Maintenance Facility. Project includes vehicle maintenance facilities with open storage area; Petroleum, Oil, and Lubricant (POL) storage building; and 50,852 SY of organizational vehicle parking. Project also includes building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Heating and air conditioning will be provided by self-contained systems. Building information systems for this project are unique in nature and not included in the unit cost of the building. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Project Location: Ft. Campbell, KY Contract duration is estimated at 730 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 1 April 2019 by 9:00 a.m. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past seven (7) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Construction of general purpose/vehicle maintenance buildings or industrial manufacturing buildings/warehouses. Projects must also demonstrate experience with performing civil site work such as Portland Cement Concrete (PCC) Paving to be considered similar. Renovation and asphaltic concrete is not considered similar in scope. Note: The building construction and PCC Paving do not have to be demonstrated within a single project to be considered similar in scope. b. Projects similar in size to this project include: New building construction of at least 75,000 SF and PCC Paving of at least 25,000 SY with a 10 inch depth. Note: The building construction and PCC Paving do not have to be demonstrated within a single project to be considered similar in size however, the total building constriction SF must be demonstrated within a single project to be considered similar in size and the PCC Pacing SY and depth must be demonstrated within a single project to be considered similar in size. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid-build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Kelly Maxwell. If you have questions, please contact Kelly Maxwell at Kelly.B.Maxwell@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »