Ohio Bids > Bid Detail

Relocate Main Gate - Youngstown Air Reserve Station, Ohio

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159307345915458
Posted Date: Nov 4, 2022
Due Date: Nov 18, 2022
Solicitation No: W912QR-23-YOUNGSTOWNGATE
Source: https://sam.gov/opp/3f5b626c7d...
Follow
Relocate Main Gate - Youngstown Air Reserve Station, Ohio
Active
Contract Opportunity
Notice ID
W912QR-23-YOUNGSTOWNGATE
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 04, 2022 09:00 am EDT
  • Original Response Date: Nov 18, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    OH
    USA
Description

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.



The proposed project is to provide all labor, material, and equipment necessary to construct a new Main Entry Gate and associated facilities and infrastructure, consisting of vehicular and pedestrian pavements, a Visitor Center Building (not to exceed [NTE] 1,539 Square Feet [SF]), a Delivery/Inspection Facility (NTE 3,498 SF), a Gate House (NTE 194 SF) with overhead canopy and an Overwatch Facility (NTE 37 SF). This project will be constructed on undeveloped property adjacent to the existing Air Station perimeter and will require new security fencing in compliance with Antiterrorism/Force Protection (AT/FP) requirements and connection to the existing Air Station road network. The new facility will require installation of the new AT/FP secure perimeter, which includes fencing and facilities, prior to connecting to the existing Air Station road network. New utilities will require connection to existing Air Station utilities and include sanitary sewer, domestic and fire protection water, communications and secondary electrical distribution.



Construction will include: site work, including vehicular and pedestrian pavements with area lighting, secure fencing, gates, earthwork, landscape, signage, underground electrical and communications distribution, water system distribution to include fire hydrants, denial barriers, pump station and sanitary sewer force main, and storm sewer collection system to include on site detention; buildings work including reinforced concrete foundations, reinforced concrete masonry unit with brick veneer, pre-engineered metal building with metal siding panels, pre-engineered metal canopy, pre-manufactured gate house and overwatch facilities, metal roofing, fire alarm, mechanical, electrical, plumbing, and interior communications. Project shall comply with AT/FP requirements identified in the Department of Defense Unified Facilities Criteria (UFC). This project will incorporate applicable U.S. Air Force High Sustainability principals and building commissioning.



Contract duration is estimated at 540 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 237310. 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 11/18/2022 by 10:00 AM 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 – Provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. 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. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. Demonstrated experience includes self-performing 15% of the construction.




  1. Projects similar in scope to this project include:



New construction of military and non-military Vehicle Search and Inspection Facilities, Vehicular Access Control Points including denial barriers, heavy industrial pavement roadway network, parking, AT/FP secure fencing, Security Checkpoint Facilities, and earthwork. Renovation projects are NOT considered similar scope.




  1. Projects similar in size to this project include:




  • Multiple small buildings (with a combined area greater than 3,500 SF) construction and industrial paving (with a combined area greater than 9,500 SF) on a multi-acre site.



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 type and percentage of the contract cost, excluding cost of materials, which was self-performed as physical vertical and horizontal construction by construction trade(s).

  6. Identify the number of subcontractors by construction trade utilized for each project.

  7. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

  8. The portion and percentage of the project that was self-performed.



5. 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 Josh Gitchel. If you have questions, please contact Josh Gitchel at joshua.a.gitchel@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.


Attachments/Links
No attachments or links have been added to this opportunity.
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
  • Nov 04, 2022 09:00 am EDTSources 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 >