Indiana Bids > Bid Detail

New Construction of Logistics Readiness Complex- Grissom Air Reserve Base, IN

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159551073838283
Posted Date: Feb 16, 2024
Due Date: Mar 4, 2024
Source: https://sam.gov/opp/8e5348fe7d...
Follow
New Construction of Logistics Readiness Complex- Grissom Air Reserve Base, IN
Active
Contract Opportunity
Notice ID
W912QR-24-LRC-GRISSOM_ARB
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 02:17 pm EST
  • Original Response Date: Mar 04, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Grissom ARB , IN 46971
    USA
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 for them. 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.



Project Location: Grissom Air Reserve Base, IN



Project Title: FY24 Logistics Readiness Complex



Project Description: Design/Bid/Build project to construct a 30,000 square foot Logistics Readiness Complex (LRC) for the Logistics Readiness Squadron (LRS) and all LRS operational and administrative components. Construction includes concrete slab-on-grade foundation with reinforced concrete spread footings, structural steel frame, reinforced concrete masonry unit walls, standing seam metal roof, and installation of electrical and telecommunication components. This project includes soil stabilization, utilities and installation of backup generators, site preparation, pavements, site improvements, passive force protection measures, cybersecurity including facilities related control systems, permitting for environmental compliance, and other supporting work necessary to make a complete and usable facility.



Contract duration is estimated at 440 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 Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email by Monday, 04 March 2024 by 3:00 PM Eastern Standard Time.



Responses should include:




  1. Identification and verification of the company’s small business status.

  2. Contractor’s Unique Entity 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 95% completion or projects completed in the past five (5) 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:




  1. New construction of Warehouses, Storage Facilities, Vehicle Maintenance Shops, Maintenance Facilities, Army Reserve Centers, Military Headquarters buildings, Educational Facilities, and/or Office Buildings.

  2. Renovation of existing facilities will not be considered similar.



b. Projects similar in size to this project include:




  1. Buildings having a combined square footage of at least 18,000 square feet.



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. Size of the project (i.e: combined SF, acres of construction site, etc.)

  3. Scope of the project (i.e: specific trades, site work, utility connections, mechanical systems, HVAC commissioning, roof systems, etc.)

  4. The dollar value of the construction contract and whether it was design-bid build or design-build.

  5. The portion and percentage of work that was self-performed. Describe the work your company self-performed (project management, construction management, physical construction).




  1. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; 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 Adam Futch at adam.m.futch@usace.army.mil. If you have questions, please contact Adam Futch at 502-315-3202. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this source 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.



NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.



All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-3- Payments by Electronic Funds Transfer – System for Award Management which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.



Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.



Vendors can check whether an account is active by performing a query by their Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2024 02:17 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >