SOURCES SOUGHT
Y -- Design, Contract, and Construct a Fire Station, Fort Hood Army Airfield, Texas
- Notice Date
- 10/18/2005
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-05-R-STTN
- Response Due
- 10/28/2005
- Archive Date
- 12/27/2005
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for and award a project to include the design, contracting and c onstruction of a fire station at Fort Hood Army Airfield. Proposed construction project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. The intent is to issue a solicitation on a set -aside basis to Service Disabled Veteran Owned Small Business, HUB Zone, and 8(a) concerns. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among th e potential pool of contractors. Construction and services to be performed under the firm fixed price contract will consist of constructing a modified standard design fire station at Hood Army Airfield. The project includes five apparatus bays, storage fo r bunker gear, storage for hazardous material absorbents, commercial wash room, decontamination room, breathing air fill station, kitchen, dinning room, training room, inspectors area, dormitory rooms, administration area, workroom, physical training room, hardstand, fueling station, oil/water separator, emergency power, and information systems. Supporting facilities will include water, sewer, gas, electric service, paving, walks, curbs and gutters; access drives, POV parking, safety traffic signals, secur ity lighting; storm drainage, information systems, and site improvements. Access for individuals with disabilities will be provided. Anti-terrorism/Force Protection measures include hardening of windows and doors. Infrared unit heaters in apparatus bays and self-contained gas-fired units through-out the remaining facility will provide heating. Special foundations required due to expansive soils. Demolish one (1) Bldg (13,124 Total SF). Air conditioning (estimated 55 tons). North American Industrial C lassification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction. Small Business Size Standard for this acquisition is $28.5 Million. Federal Supply Code is Y159, Construction/Other Industrial Buildings. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a resp onse under the sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 18 Nov 2005, and the estimated proposal due date will be on or about 20 Dec 2005. The official Syno psis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 3 Nov 2005. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute design and construction, comparable work performed within the past 5 years brief description of the project, customer name, timeli ness of performance, customer satisfaction, and dollar value of the project). Offerors Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a) Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 09:00 AM (CST) 28 Oct 2005. Mail, fax or email your response to Mr. Jan Sli ck, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: Errette.J.Slick@swf02.usace.army.mil
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Record
- SN00917339-W 20051020/051018211958 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |