Similar Projects
Bridge Deck Overlay - US 31
Infrastructure
Design
$11,600,000 CJ est. value
Peru, IN 46970

Bridge Deck Overlay - US 31
Infrastructure
Design
$11,600,000 CJ est. value
Peru, IN 46970

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

Abandoned Coal Mine Restoration
Results
$150,000 est. value

Wabash Street Reconstruction
Infrastructure
Results
Converse, IN 46919

FY22 USACE LRD Regional Construction Management Services Multiple Award Task Order Contract (MATOC)
New Construction, Renovation, Term Contract
Post-Bid
$200,000,000 to $300,000,000 est. value
Chicago, IL

I-70 Design-Build Added Travel Lanes and Pavement Replacement from SR-1 to IN/OH State Line
Infrastructure
Results

Logistics Readiness Complex
New Construction
Post-Bid
$25,000,000 to $100,000,000 est. value
Grissom ARB, IN

Asphalt Resurface, Bridge and Pavement Replacement
New Construction, Infrastructure
Results
IN

Intersection Improvement
Infrastructure
Post-Bid
IN

Hot Mixed Asphalt Paving
Infrastructure
Results
Peru, IN

Abatement, Demolition, and Site Restoration of the Former Control Tower and Building 14
Demolition, Infrastructure
Post-Bid
$200,000 est. value
Peru, IN

Eagle's Pointe Phase III Road Resurfacing
Alteration
Results
Peru, IN 46970

Macy/Allen Township Fire Station
New Construction, Infrastructure
Post-Bid
$7,000,000 CJ est. value
Macy, IN 46951

Last Updated 09/20/2022 02:04 AM
Project Title

RFQ Contractor - Grissom Indoor Small Arms Range

Physical Address View project details and contacts
City, State (County) Grissom Air Reserve Base, IN 46971   (Miami County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Description: A market survey is being conducted in order to make acquisition decisions about this future project and 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, 8(a), Woman-Owned Small Business, or Service- Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately. The proposed project is to construct a 23,000 SF Indoor Small Arms Training Range. Project includes a 21-lane firing range as well as classroom, storage space, and weapons cleaning room. Project also includes fire protection and alarm systems, Intrusion Detection System (IDS) installation, HVAC, and Energy Monitoring Control Systems (EMCS) connection. Bullet trap and dust collection systems for the firing range will be included. Supporting facilities include site development, utilities and connections, lighting, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Contract duration is estimated at 720 calendar days. The estimated cost range is $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service- Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 17 October 2022 at 2:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company's small business status. Contractor's Unique Identifier Number and CAGE Code(s). Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. 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. Example projects must be of similar size and scope 1. Projects similar in scope to this project include: Projects considered similar in scope are new construction of fully enclosed, fully contained multi-lane indoor firing ranges that include metal bullet traps with dust-management systems; lead contaminant ventilation/exhaust systems; overhead baffle systems; and administrative/support spaces. The prime contractor must have self-performed at least 20% of the cost of the contract, not including the cost of materials, with its own employees to be considered similar. An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders may not be combined in order for the contract to be considered similar. 2. Projects similar in size to this project include: Projects of at least 17,250 square feet will be considered similar in size. 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 percentage of work that was self-performed as project and/or construction management services or physical construction type work. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); 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. 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 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 from 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. 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). 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

23,000 SF.
Division 03 - Concrete, 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 Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, 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 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
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, Interior Lighting, Emergency Lighting, Exit Signs, Exterior 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, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, 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.

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