Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2007 FBO #1997
SOURCES SOUGHT

Y -- SOF Indoor Range, Ft. Campbell, KY

Notice Date
5/14/2007
 
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-FIRERANGE-FTC
 
Response Due
5/24/2007
 
Archive Date
7/23/2007
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are adequate SBA HUBZone Certified Small Businesses, SBA 8a certified, or Service Disabled Veteran Owned Small Businesses (SDVOSB) for this project. The project consists of construction of a n ew 50 meter length by 14 land width (23,000 SF) live fire (7.62 mm ammunition) Indoor firing Range at Fort Campbell, KY. The procurement method will be by Request for Proposal (RFP) Low Price Technically Acceptable (LPTA). This project will require the c ontractor prime and subs to have certain specialized experience and that experience must be demonstrated in the proposal for evaluation by the Government Selection Board. This specialized experience will be very tightly controlled flatness on the concrete floor slab, tilt-up 8 inch thick structural concrete wall construction and the HVAC system that will maintain laminar flow (75 FPM) of air across the firing lanes. The specialty HVAC system is necessary for soldier safety and meeting the requirements of NIOSH concerning lead exposure. The HVAC system includes HEPA filtration on the exhaust air and variable frequency drives and controls to maintain constant air volume. The bullet trap, target system and control, and armor steel baffled ceiling will be Go vernment Furnished and Installed. These items comprise a major portion of the project and the contractor will be required to coordinate his work with the Government contractor(s). Additional features of the project are an administrative area with mechani cal and electrical rooms, lobby, range control officer, classroom , storage and latrine. The roof structure will be galvanized roof deck spanning between long-span deep joists. The joists will support the steel baffle ceiling system and standing seam met al roof. Other systems consist of electrical power and lighting, communications, fire alarm and mass notification, utilities, storm drainage and sprinkler system in the administrative area. This project is planned for advertising in November 2007, with a ward scheduled for March 2008. Contract duration is 360 days. NAICS Code is 236220. The estimate cost range is between $1 to $5 Million. All interested parties should notify this office in writing by mail or by email to debrauh.m.lardner@lrl02.usace.ar my.mil by 24 May 2007 at 4:00 PM Louisville Local Time. Your response should include the following: i) Identify the appropriate business category (Certified HUBZone Small Business, 8a Small Business, or Service Disabled Veteran Owned Small Business (SDVOS B), ii) Past experience - Submit proof of projects that you have completed including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed and a Point of Contact and Phone Number for the owner of the project. To be considered you must: a) have served as a prime contractor (add joint venture information if applicable), b) the work must have been successfully completed within the last five years, c) the projects must be similar in size, scope and dollar value to this project, d) percent of self-performed work and how it was accomplished, e) a letter from your bonding company stating you are bondable for this project. NOTE: If qualified SBA, HUBZo ne Certified, SBA 8a Certified, or Service Disabled Veteran Owned Small Business contractor do not respond, this planned action will be advertised as an unrestricted competitive procurement. NOTE: This is not a Solicitation Announcement or Request for Pr oposal, and it does not consititute any commitment by the Government. No award will result from this Market Survey. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this sources sought notice may 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. Send responses in writing to the U.S. Army Corps of Engineers, Louisville Distirct, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2267, ATTN: Debbie Lardner.
 
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
SN01294262-W 20070516/070514221422 (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.