Similar Projects
Well 19 - City of Albany
Renovation, Infrastructure
Conception
$325,000 CJ est. value
Albany, GA 31701

Well 19 - City of Albany
Renovation, Infrastructure
Conception
$325,000 CJ est. value
Albany, GA 31701

Oglethorpe Bridge / SR 520 BU at Flint River
Demolition, New Construction, Infrastructure
Design
$16,000,000 CJ est. value
Albany, GA 31705

SR 91 From SR 234 to Lee County Line
Infrastructure
Design
$5,000,000 CJ est. value
Albany, GA 31701

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

Pointe River Apartments
New Construction, Infrastructure - 65,985 SF
Sub-Bidding
$11,000,000 CJ est. value
Albany, GA 31721

Pointe River Apartments
New Construction, Infrastructure - 65,985 SF
Sub-Bidding
$11,000,000 CJ est. value
Albany, GA 31721

RFQ Contractor - Construction Services for Interior Clean-up and Restoration of Dormitories at the Turner Job Corps Center located in Albany
Renovation
Post-Bid
$5,000,000 CJ est. value
Albany, GA 31705

Pavement Evaluations for Interstate Maintenance
Alteration
Post-Bid
$25,000 est. value

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

SPLOST VII Sidewalk Project
Results
Albany, GA

Albany State University Nursing and Health Science Simulation Lab Facility
New Construction, Infrastructure - 20,000 SF
Construction
$8,000,000 CJ est. value
Albany, GA 31705

Jefferson Street Living and Learning Center
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Albany, GA 31701

Barkley Extension - City of Albany
Infrastructure
Conception
$969,354 CJ est. value
Albany, GA 31705

Last Updated 03/21/2023 08:04 AM
Project Title

RFQ Contractor - Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at Marine Corps Logistics Base in Albany

Physical Address View project details and contacts
City, State (County) Albany, GA 31704   (Dougherty County)
Category(s) Government/Public, Heavy and Highway, Industrial/Manufacturing, Sewer and Water
Sub-Category(s) Industrial Warehouse, Maintenance, Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2024
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
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: Marine Corps Logistics Base (MCLB), Albany, Georgia Project Title: Army Reserve Center (ARC), Vehicle Maintenance Shop (VMS), and Unheated Storage Building (UHS) at Marine Corps Logistics Base in Albany, GA Project Description: Design/Bid/Build project to construct a 200-member Army Reserve Center (ARC) on Marine Corps Logistics Base (MCLB), Albany, Georgia. Primary facilities include construction of an Army Reserve Center (33,000 sf), collocated Vehicle Maintenance Shop (12,600 sf) and an Unheated Storage Building (1,200 sf). Supporting facilities include site development, utilities and connections, Military Equipment Park (MEP), non-organizational parking, vehicle wash rack/platforms, bi-level equipment loading ramp, circulation pavements, storm drainage, paving, walks, curbs and gutters, fencing, gates, lighting, information systems, landscaping, and signage. Accessibility for the disabled will be provided. Anti-terrorism Force Protection (ATFP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability and Energy measures will be provided. Contract duration is estimated at 720 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. The 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 Friday, March 31, 2023 by 1:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company's small business status. Contractor's Unique Entity Identifier (UEI)) and CAGE Code(s). Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Description of Experience - Provide descriptions your firm's past experience on up to three (3) projects with greater than 90% of construction complete or those projects completed within the last five years which are similar to this project in size and scope. Provide documentation demonstrating design build experience for LEED certified similar type buildings, managing a design team and managing multiple sub-contractors. Demonstrated experience includes self-performing 15% of the work. 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. a. Projects similar in Scope: Projects considered similar in scope and dollar value to this project include new construction of National Guard armories, Army Reserve Centers, Armed Forces Training Centers, office complexes, and education facilities. Construction of pre-engineered buildings is not considered similar and does not count toward a project of similar scope or size. b. Projects similar in Size: Projects similar in size will include projects with new construction of approximately 25,000 sf or greater. c. Based on definitions above, for each project submitted include: i. Current percentage of construction complete and the date when it was or will be completed. ii. Size of the project iii. Scope of the project iv. Dollar value of the project. v. The portion and percentage of work that was self-performed (must be at least 15%) vi. Identify whether the project was design-build or design/bid/build vii. Whether the project was renovation or new construction 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 Rachael McClellan at Rachael.L.McClellan@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 (UEI). 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). 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

,, 46,800 SF - 33,000 SF. 12,600 SF. 1,200 SF.
Division 03 - Concrete, Concrete Forming, 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, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, 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, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Instrumentation and Control for 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, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Clearing and Grubbing, 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, Paving Specialties, Pavement Markings, Fences and Gates, Screening Devices, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.

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