USAFA Bus Canopy

Agency:
State: Colorado
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159573801636998
Posted Date: Oct 19, 2023
Due Date: Nov 8, 2023
Source: Members Only
Follow
USAFA Bus Canopy
Active
Contract Opportunity
Notice ID
W9128F24SM005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 19, 2023 12:31 pm CDT
  • Original Response Date: Nov 08, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    USAF Academy , CO 80841
    USA
Description

Sources Sought: W9128F24SM005



1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only.



THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.



2. Notice Details. The U.S. Army Corps of Engineers (USACE), Omaha District (CENWO), is conducting market research to identify sources (Small Businesses Only) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.



3. Project Scope. CENWO intends to acquire construction services to design bid build and construct a new construction project on an existing parking lot. It will consist of a structural-steel framed, permanent 16-bus canopy structure to provide protection to buses from natural elements. The project will include 2 ea. wind walls, LED lighting, general electric service, and a storm water drainage system.



Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of this project. The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work. The Government reserves the right to update this information as project planning documentation is published and updated.



Estimated Construction Cost (ECC): The current ECC is between $5,000,000 and $10,000,000. Ref. FAR 36.204 Disclosure of Magnitude of Construction Projects.



4. Submission Details. All interested, capable, qualified (under NAICS code 236220 “Commercial and Institutional Building Construction”, related size standard is: $45M), and responsive contractors are encouraged to reply to this market survey request. Interested SMALL BUSINESS PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above.



Responses to this Sources Sought notice must be submitted electronically (via email) only, with SUBJECT: Sources Sought – Bus Canopy, US Air Force Academy, CO Please email to Michele Renkema, Contract Specialist, michele.a.renkema@usace.army.mil before 2:00 pm CST, Wednesday, 08 November 2023. All responses must be received by the specified time and due date to be considered. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME MAY NOT BE CONSIDERED.



Responses to this Sources Sought shall be limited to ten (10) pages and shall include the following information in your response/narrative:




  1. Company name, address, point of contact, phone number, e-mail address, CAGE and DUNS number. Identify any corporate affiliations.

  2. Business size to include any official teaming arrangements as a partnership or joint venture. As well as, any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB).

  3. Details of similar projects and state whether you were the Prime or Subcontractor.

  4. Dates of construction work.

  5. Project references (including owner with phone number and email address).

  6. Project cost, term and complexity of job.

  7. Information of your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES



Comments 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 SMALL BUSINESS PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10M.



Disclaimer and Important Notes.




  1. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a formal synopsis.

  2. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 19, 2023 12:31 pm CDTSources 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 >