FTC MCA Vehicle Maintenance Shop - Fort Cambell KY

Agency: DEPT OF DEFENSE
State: Kentucky
Type of Government: Federal
FSC Category:
  • 49 - Maintenance and Repair Shop Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Mar 27, 2024
Due Date: Apr 11, 2024
Solicitation No: W912QR-19-VMC-FORTCAMPBELL
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
FTC MCA Vehicle Maintenance Shop - Fort Cambell KY
Active
Contract Opportunity
Notice ID
W912QR-19-VMC-FORTCAMPBELL
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 01:35 pm EDT
  • Original Response Date: Apr 11, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Campbell , KY
    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 Small Owned Business and you are interested in this project please respond appropriately.





Project Location: Fort Campbell, KY





Project Description: Design/Bid/Build Project consists of (2) sites: South Tactical Equipment Maintenance Facilities (TEMF) site to include infill organizational parking with POL /HAZMAT storage buildings. Satellite south site to accommodate overflow organizational vehicle parking hardstand, POV parking, and perimeter fencing. Construction of a Medium Tactical Equipment Maintenance Facility. The Medium Tactical Equipment Maintenance Facility is a Standard Design of 36,000 SF with 4 - 33’ X 96’ Structural Bays, 32’ wide drive through vehicle corridor, 14 - Repair Areas, 16 - Maintenance Areas, and 2 - Welding Areas, which provide for a total of 32 - Repair Areas.





Contract duration is estimated at 430 calendar days. The estimated construction magnitude is between $10,000,000 and $25,000,000. 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 Thursday, April 11, 2024 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 Entity Identifier (UEI)) and CAGE Code(s).

  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 on no more than three (3) projects with greater than 90% construction complete or those projects completed within the last five 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. Demonstrate experience including self-performing 15% of the construction. 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.






  1. Projects similar in Scope to this project included: New construction of Area Maintenance Support Activity (AMSA), Vehicle Maintenance Shops (VMS), Organizational Maintenance Shops (OMS), and Automotive Repair Facilities. Also experience with Concrete Paving of Airfields and Other Heavy Duty Pavements.






  1. Projects similar in size to this project include: New construction projects of approximately 22,000 SF or greater.






  1. Based on definitions 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

  3. Scope of the project

  4. The dollar value of the construction contract

  5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.

  6. Whether the project was design build or design/bid/build

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






  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 and any questions to Chase Rost at chase.j.rost@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
  • Mar 27, 2024 01:35 pm EDTSources Sought (Original)

Related Document

Apr 4, 2024[Sources Sought (Updated)] FTC MCA Vehicle Maintenance Shop - Fort Cambell KY

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Z1DA--36C249-24-AP-1091 - 596-24-2 - Install New CO2 Monitoring System for Boiler Plant

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/03/2024

Description Department/Buyer Solicitation Number / Type / Category Closing Date and Time/Status FW-004-24-River

State Government of Kentucky

Bid Due: 4/30/2024

id title posted deadline 24-05-013 OMU BID 24-05-013 BON HARBOR TANK RECOATING PROJECT

Owensboro Municipal Utilities

Bid Due: 5/01/2024

Follow Carpet Replacement/Installation - Louisville KY Active Contract Opportunity Notice ID 697DCK-24-Q-00048 Related

TRANSPORTATION, DEPARTMENT OF

Bid Due: 4/29/2024