Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2006 FBO #1676
SOURCES SOUGHT

Y -- Construction of an Armed Forces Reserve Center, Ft. Totten, NY

Notice Date
6/27/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-06-DMG10
 
Response Due
7/7/2006
 
Archive Date
9/5/2006
 
Small Business Set-Aside
N/A
 
Description
A market survey was conducted in late May to determine if there were qualified SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB) contractors, or small business local contractors. This market survey is to determine if there are qualified large businesses that meet the specific criteria for this proposed project authorized by The National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC)). This BRAC project is located at Fort Tott en, NY. DFARS 226.71, Preference for Local and Small Businesses (revised March 14, 2002) gives preference to local contractors, if they are available and qualified to perform the work if the Government is considering limiting the procurement to HubZone cer tified, 8(a) certified or Service Disabled Veteran Owned Small Business Contractors. Local is defined as having a home office in the county or adjacent county of the aforementioned project. Adjacent counties are Queens, Kings, Bronx and Nassau. The propose d contract will be to construct an Army Reserve Center (ARC). Primary facilities include armed forces reserve center, organizational vehicle parking and building information systems. Supporting facilities include paving, fencing, general site improvements, extension of utilities and stormwater management. Connection will be provided to the fire detection and alarm system and building information systems. Accessibility for the disabled will be provided. Force protection measures will be incorporated into des ign including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Demolish 1 Building at Ernie Pyle USARC/AMS A #12, NY (9,682 total SF). Air Conditioning (Estimated 400 Tons). This project is planned for advertising in September 2006, with award scheduled in December 2006. Contract duration is 720 days. NAICS Code is 236220. The estimated cost range is between $10,000,000 and $25,000,000. Based on the results of this market survey, project will be advertised and evaluated using one of the following acquisition methods: 1) Best Value Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technically Acceptable Proce ss  LPTA (15.101-1); or 3) Two Phase Design/Build Process (FAR 36.303) and will be awarded as a Design-Build contract. All businesses interested in submitting a response should notify this office NLT 4:00 PM local time on July 7, 2006. Response must also include the following information: 1) County in which your business is located; 2) Name of project clearly identified; 3) Identification of the appropriate business category (large business, SBA HUBZone certified, etc.) of your business; 4) Submittal of p roof of projects completed by your business. Proof includes the name of the project, the construction start and completion date, the final dollar amount of the contract and a short description of your businesss role and work performed (less than 200 word s) and a Point of Contact and phone number for the owner of the project. To be considered you must: a) Have served as the prime contractor (add joint venture information if applicable); b) The work must have been successfully completed within the last fiv e years and be a Design Build project; c) The projects must be similar in size, scope and dollar value to the project(s) of interest; d) Percent of self-performed work and how it was accomplished; e) A letter from your bonding company stating that you are bondable for this project. Requested information can be emailed to denise.m.gill@usace.army.mil, faxed to (502) 315-6194, or mailed to the U. S. Army Corps of Engineers, Louisville District, ATTN: Denise M. Gill, 600 Dr. Martin L. King Jr., Place, Room 82 1, Louisville, KY 40202-2230.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01078526-W 20060629/060627221818 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.