Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOURCES SOUGHT

Y -- Basic Expeditionary Airman Skill Training (BEAST), Phase II, Lackland AFB, San Antonio, Texas

Notice Date
8/20/2007
 
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-07-R-0140
 
Response Due
8/28/2007
 
Archive Date
10/27/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation for proposals and no contrac t shall be awarded from 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 construction of a Basic Expeditionary Airman Skill Training (BEAST), Phase II, Lackland AFB, San Antonio, Tx. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Small Business, Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-O wned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. 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 the potentia l pool of responsive contractors. The project constructs Phase II and includes the headquarters building, a training building, a dining facility, a warehouse, and an equipment storage building. All facilities will have concrete foundations, floor slabs, and standing seam metal roof struct ures. The training building will be open-air with no sides. Force protection measures will be incorporated in accordance with DOD and USAF Force Protection Standards. QC and Superintendent cannot be the same person (QC must be independent). Estimated Co nstruction Range: Over $10 Million. Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $31 Million. 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 response under the sou rces sought synopsis. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-asse ssment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post de sign-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and ver ification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Prot ection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requ irements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 18 September 2007, and the estimated proposal due date will be on or about 23 October 2007. The official Synopsis 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 18 September 2007. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to meet design personnel requirements 4) 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, t imeliness of performance, customer satisfaction, and dollar value of the project)  provide at least 3 examples. 5) Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI 6) Offerors Joint Venture information if applicable  existing and potential 7) 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 4:00 PM (CST) 28 August 2007. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Char lotte Cramer, Contract Specialist, US Army Corps of Engineers-Fort 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: charlotte.cramer@swf02.usace.army.mil. Email is the preferred method when receiving responses to this synopsis.
 
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
SN01378596-W 20070822/070820221551 (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.