Similar Projects
Ingles #122 / Asheville
New Construction, Infrastructure - 149,754 SF
Conception
$40,000,000 est. value
Asheville, NC 28806

Sulphur Springs Road Construction - City of Asheville
Infrastructure
Conception
$1,200,000 CJ est. value
Asheville, NC 28806

Residence Inn By Marriott / Asheville
New Construction, Infrastructure - 86,000 SF
Design
$25,000,000 CJ est. value
Asheville, NC 28801

Residence Inn By Marriott / Asheville
New Construction, Infrastructure - 86,000 SF
Design
$25,000,000 CJ est. value
Asheville, NC 28801

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

North Carolina MATOC for General and Design/Build Construction
Term Contract
Post-Bid
$250,000,000 CJ est. value
Apex, NC 27523

Blue Ridge Parkway - Pavement Reconstruction and/or Rehabilitation from Milepost 97 to Milepost 121
Term Contract
Post-Bid
Cherokee, NC 28719

Summer 2021 Asphalt Preservation
Infrastructure
Results
$628,485 est. value
Asheville, NC

Shiloh Parking Lot
Infrastructure
Results
$92,000 est. value
Asheville, NC 28803

Caliber Collisions
New Construction - 16,981 SF
Construction
$1,000,000 to $5,000,000 CJ est. value
Asheville, NC 28805

Long Shoals Road Multifamily
New Construction, Infrastructure
Construction
$33,000,000 CJ est. value
Arden, NC 28704

Oakcrest Subdivision
New Construction, Infrastructure
Pending Verification
$12,000,000 CJ est. value
Asheville, NC 28806

Sardis Road Apartments
New Construction, Infrastructure
Pending Verification
$112,000,000 CJ est. value
Asheville, NC 28806

Burton Street Park - City of Asheville
Infrastructure
Conception
$500,000 CJ est. value
Asheville, NC 28806

Flow Porsche Sales Building
New Construction
Design
Asheville, NC 28806

Last Updated 12/02/2022 03:13 PM
Project Title

RFQ Contractor - Army Reserve Center, Vehicle Maintenance Shop, and an Unheated Storage Building

Physical Address View project details and contacts
City, State (County) Asheville, NC 28801   (Buncombe County)
Category(s) Commercial, Government/Public, Heavy and Highway, Industrial/Manufacturing
Sub-Category(s) Gas Station, Industrial Warehouse, Military Facility, Paving/Reconstruction, Site Development, Vehicle Sales/Service
Contracting Method Competitive Bids
Project Status Construction start expected December 2022
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

As of August 4, 2022, a contractor has not been selected. A firm timeline for construction has not been determined. *The closed solicitation has been included below for reference: 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, Small Disadvantaged Business/8A, Woman-Owned Small Business or Service Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. Project Location: Asheville, NC Project Description: Construct an approximately 34,455sf Army Reserve Center, a 12,786sf vehicle maintenance shop and a 1,672sf unheated storage building on approximately 20 acres located outside of Asheville, NC. Construction shall consist of a conventionally constructed building to include: full-time administration, educational areas, conference spaces, assembly hall, private offices, break room, unit storage and an arms vault. Construct supporting utilities, parking (for privately owned and military vehicles/equipment) and walkways as required. Project shall comply with antiterrorism/force protection requirements identified in the DoD unified Facilities Contract duration is estimated at 720 calendar days. The estimated cost limit is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, Small Disadvantaged Business/8A, Woman-Owned Small Business or Service Disabled Veteran Owned Small Business contractors should respond to this survey via email by Monday, August 30, 2021 by 3:00 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 three (3) projects with greater than 95% 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. Provide documentation demonstrating experience for projects of similar type projects. 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 to this project included: Projects considered similar in scope 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 and renovation projects are NOT considered similar and does not count toward a project of similar scope or size. b. Projects similar in size to this project include: Major construction projects of approximately 25,000 square footage or greater. c. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Projects that are substantial completion (95% complete) can be submitted if it meets the criteria. Size of the project Scope of the project The dollar value of the construction contract and whether the project was design build or design/bid/build. Type and percentage of the contract cost, excluding cost of materials, that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. Identify the number of subcontractors by construction trade utilized for each project. Documentation from firm's bonding company showing current single and aggregate performance and payment bond limits. 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 and any questions to Jordan Lowe at Jordan.T.Lowe@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 submitting a proposal. Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should apply for registration immediately upon receipt of this notice. See https://ww.sam.gov for information on registration. 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. 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 submit a proposal upon release of the solicitation. 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. *Project information, including timeline and contacts, has been obtained through public sources. The content management team continues to pursue additional details; however, the contact(s) listed have yet to disclose or confirm any information. Inquiries should be directed to the contact(s) listed.

Details

,, 48,913 SF - 34,455 SF. 12,786 SF. 1,672 SF.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Concrete Finishing, 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, Panel Doors, 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, Vehicle Service Equipment, Vehicle-Washing 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, Lighting, 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, Soil Treatment.
Division 32 - 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, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Water Utility Distribution Piping, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 44 - Pollution and Waste Control 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