Construct 3 standard design Company Operations Facilities

expired opportunity(Expired)
From: Federal Government(Federal)
W9128F19S0001

Basic Details

started - 31 Oct, 2018 (about 5 years ago)

Start Date

31 Oct, 2018 (about 5 years ago)
due - 14 Nov, 2018 (about 5 years ago)

Due Date

14 Nov, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W9128F19S0001

Identifier

W9128F19S0001
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698364)DEPT OF THE ARMY (131634)USACE (37553)NWD (6827)W071 ENDIST OMAHA (1881)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought Notice Identification Number: W9128F19S0001This 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 $70M. 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, 14 November 2018. Please include the Sources Sought Notice
Identification Number in the Subject line of the email submission.Project Description:This is a fully designed project but some interior design will be required.Construct 3 standard design Company Operations Facilities, (COF), one 7 company integrated COF, one 6 company integrated COF, and one single company integrated COF. Project includes administrative module, readiness module, covered hardstand, loading/service aprons, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, upgrades and repairs to Butts Road and Wilderness Road, intersection improvements, intersection signalization, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Electrical, heating, and air conditioning will be provided by standalone HVAC systems. 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 as required.Due to high potential for expansive soils at Fort Carson, additional foundation design will be required. 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.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 CAPACITIESComments 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 $70M.Telephone inquiries will NOT be accepted.

Colorado Springs, Colorado United StatesLocation

Place Of Performance : N/A

Country : United States

You may also like

DESIGN SERVICES - CONSTRUCT PROSTHETICS FACILITY

Due: 24 Mar, 2025 (in 12 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY