Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2007 FBO #1881
SOURCES SOUGHT

Y -- Sources Sought for Armed Forces Reserve Center, Niagara Falls, New York

Notice Date
1/18/2007
 
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-07-AFRC-NIAGARA
 
Response Due
2/6/2007
 
Archive Date
4/7/2007
 
Small Business Set-Aside
N/A
 
Description
A Market Survey is being conducted to determine if there are qualified contractors, including SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB) or local contractors(either large or small businesses) tha t meet the specific criteria for the following proposed project authorized by the National Defense Authorization Act of FY 2005 (Base Realignment and Closure (BRAC)). The BRAC project is located at Niagara Falls, New York. 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 certified, 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. Armed Forces Reserve Center, Niagara Falls, NY (Niagara County) Construct an Armed Forces Reserve Center (AFRC). Primary facilities include an Area Maintenance Support Activity (AMSA), Organizational Maintenance Shop (OMS), and Unit Storage Building. Buildings will be of permanent construction with HVAC systems, plum bing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve the project. Accessibility for the disabled will be provided. Force protection measures will be incorporated into design 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 b e maintained. Demolish 14 Buildings (179,565 SF). Air Conditioning estimated at 22 tons. Contract duration is 720 days. Estimated cost range is between $25,000,000 and $100,000,000. Project is scheduled to be ready to advertise NLT August 2007 and sch eduled for award in the first/second quarters of Fiscal Year 2008. Project will be awarded as a Design-Build Contract and based on the results of the market survey, will be evaluated using the following acquisition method: Two Phase Design/Build Process (FAR 36.303). NAICS Code is 236220. All businesses inteested in submitting a proposal for this project should notify this office by mail or fax NLT 4:00 PM EST on 06 February 2007. Your response must include the following information: 1) Indicate the county in which your business is locat ed. 2) Identify the appropriate business category (large business, SBA HUBZone certified, etc.) of your business. 3) Submit proof of projects that you have completed including the name of the project, the construction start and completion dates, the fi nal dollar amount of the contract and a short description of your role and work performed (less than 200 words) and a Point of Contact and phone number for the owner of the project. To be considered your must: a) Have served as a prime contractor (add jo int venture information if applicable), b) The work must have been successfully completed within the last five 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; and e) A letter from your bonding company stating that you are bondable for the proejct indicated in this survey. Please submit the requested information to the U.S. Army Corps of Engineers, Louisville District, Room 821, ATTN: Debbie Lardner, 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202-2267 or fax your information to (502) 315-6193. Please contact D ebbie Lardner at (502) 315-6181 for further information.
 
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
SN01214739-W 20070120/070119093351 (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.