Similar Projects
Roadway Minor Rehab - SR 46
Infrastructure
Design
$838,000 CJ est. value
Niles, OH 44446

Roadway Minor Rehab - SR 46
Infrastructure
Design
$838,000 CJ est. value
Niles, OH 44446

Playground and Bank Shot Court in Packard Park
Infrastructure
Bidding
$4,235,000 CJ est. value
Warren, OH 44483

Concrete Driveway and Parking Lot Improvements (Fire Stations #8 and #7)
Infrastructure
Bidding
$166,695 CJ est. value
Niles, OH 44446

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Statewide Boat Storage Facilities
New Construction
Results
$2,900,000 est. value
Logan, Millersport, Mogadore, Ravenna, OH

TRU - East Market Street and North Road
Results
$616,645 est. value
Warren, OH

Slope Stabilization
Infrastructure
Construction
$26,000 CJ est. value
Masury, OH 44438

Mosquito Lake State Park Marina Fuel System Trumbull
Infrastructure
Construction
$392,125 CJ est. value
Cortland, OH 44410

Trumbull Energy Center
New Construction, Infrastructure
Pending Verification
$900,000,000 CJ est. value
Lordstown, OH 44481

Trumbull Energy Center
New Construction, Infrastructure
Pending Verification
$900,000,000 CJ est. value
Lordstown, OH 44481

Roadway Minor Rehab - US 62
Infrastructure
Design
$2,050,000 CJ est. value
Cortland, OH 44410

2022 Lead Service Line Replacement
Infrastructure
Bidding
$249,000 CJ est. value
Hubbard, OH 44425

TH 317 Price West Road Widening and Resurfacing Phase 1
Infrastructure
Post-Bid
Newton Falls, OH 44444

Last Updated 11/19/2022 05:06 AM
Project Title

RFQ Contractor - Relocate Main Gate - Youngstown Air Reserve Station

Physical Address View project details and contacts
City, State (County) Vienna, OH 44473   (Trumbull County)
Category(s) Commercial, Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Maintenance, Military Facility, Paving/Reconstruction, Site Development, Warehouse/Storage, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Description: Sol no : W912QR-19-YOUNGSTOWNGATE 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. 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. 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: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Size of the project. The dollar value of the construction contract and whether it was design-bid-build or design-build. 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). Identify the number of subcontractors by construction trade utilized for each project. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 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. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

5,268 SF.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Door Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Specialties, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Parking Control Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Video Surveillance, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Water Utility Pumping Stations, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.
Division 40 - Process Integration, Water Process Piping.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents