Iowa Bids > Bid Detail

Construction of Vehicle Maintenance Shop building addition - Cedar Rapids, IA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159776337495235
Posted Date: May 3, 2023
Due Date: May 17, 2023
Solicitation No: W912QR-23-CDR-RPDS-VMS
Source: https://sam.gov/opp/d6b206c2bc...
Follow
Construction of Vehicle Maintenance Shop building addition - Cedar Rapids, IA
Active
Contract Opportunity
Notice ID
W912QR-23-CDR-RPDS-VMS
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: May 03, 2023 09:58 am EDT
  • Original Response Date: May 17, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Cedar Rapids , IA 52404
    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: 1500 Wright Brothers Blvd., Cedar Rapids, IA, 52404





Project Description: Design-Bid-Build project to be located at the Armed Forces Reserve Center in Cedar Rapids, IA, the VMS building addition, 2,700 SF, will provide Tool and Parts Rooms, Battery Room, Flammable Storage, Controlled Waste Storage and a Fluid Distribution Room. This project will also provide 8.15 acres (approx.) of buildable lands for the construction of a Military Equipment Parking (MEP) lot.





The addition will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems.



Supporting facilities include construction of a military equipment parking (MEP) lot - to include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads,



parking areas and vehicle unloading areas. 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. Supporting facility cost estimates were generated by an



Architectural and Engineering firm hired by the Iowa Army National Guard.







Contract duration is estimated at 539 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. 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 Wednesday, May 17, 2023 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 (UEI).

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

  4. Description of Experience – Provide descriptions your firm’s past experience up to three (3) projects with greater than 95% construction complete, or those projects completed within the last five (5) years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors.





Projects similar in Scope to this project include: Major renovations or additions to Vehicle Maintenance Facilities, Organizational Maintenance Shops, Armed Forces Reserve Centers, Military Headquarters buildings, warehouses, educational facilities, and industrial buildings. Project can also include experience in new construction; however, project scope should be at least 75% renovation. Construction of pre-engineered buildings does not count toward a project of similar scope or size.





Projects similar in size to this project include: Building(s) having a combined square footage of at least 2,000.





Based on definitions above, for each project submitted include:




  • Current percentage of construction complete and the date when it was or will be completed.

  • Size of the project

  • Scope of the project. Include any specific trades, site work, utility connections, mechanical systems, HVAC commissioning, roof systems, etc.

  • The portion and percentage of work that was self-performed. Describe the work your company self-performed. Must be at least 15% self-performed.

  • Whether the project was design/build or design/bid/build

  • Whether the project was new construction or renovation. If both, make delineations clear.





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 and any questions to Ryan King at Ryan.M.King2@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 for 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 52.232-33 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 in order 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 CAGE or 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
  • May 03, 2023 09:58 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 >