Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2008 FBO #2550
SOURCES SOUGHT

Y -- FY09 Training Resource Arbitration Panel (TRAP) Relocatables, Fort Sill, Oklahoma

Notice Date
11/17/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Tulsa, US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-09-TBD-FTSILL
 
Response Due
12/2/2008
 
Archive Date
1/31/2009
 
Point of Contact
Robert Y. Tipton, 918-669-7272<br />
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FY09 Training Resource Arbitration Panel (TRAP) Relocatables, Fort Sill, Oklahoma. The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of TRAP Relocatables at Fort Sill, Oklahoma. This is not a request for competitive proposals or quotations, nor is it pre-qualification for any future solicitation for this work. It is anticipated that the following construction services will be required: design, construction, and installation of relocatable buildings and related site improvements at Fort Sill, Oklahoma to provide temporary facilities and services for the Training Resource Arbitration Panel (TRAP). The project includes various sites and various Relocatables will be placed on each site. The potential relocatable buildings are as follows: two-story relocatable Barracks buildings, two-story Company Operations Facility, Battalion Headquarters building, large single-story Arms Vaults and small single-story Arms Vaults. Additional requirements under this potential contract may include: design the site and relocatable buildings in accordance with all applicable codes and criteria; validation of the site and building layouts with the Government making appropriate changes as necessary; providing Contractor generated drawings for review and approval; design of architectural, interior, structural, mechanical, electrical, civil, and other engineering features of the work; site construction of the extension of existing utilities from the 5 ft line including water, sanitary sewer, storm sewer, and electrical services to the areas where relocatables are to be located and to the individual structures; site work to include all demolition, grading, excavation, paving, fencing and site lighting required for a complete building installation. The project shall comply with UFC 4-010-01, Design: DoD Minimum Antiterrorism Standards for Buildings (10/08/03 with changes dated January 2007), or as modified at the time of any advertised solicitation. All work is required to be accomplished, reviewed, and approved by Engineers, Architects, and Interior Designers registered in the State of Oklahoma. Potential sources must submit a capability statement of no more than 4 pages in length, which addresses the following key areas: (1) TECHNICAL - Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to all of the varying types of work described above, particularly in the areas of sitework and construction of relocatable facilities. Individual task orders under IDIQ contracts should be listed as separate projects. Submit only current and past project and client information that is no more than 4 years previous and include a brief description, identify the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete date completed, name and title of customer POC and current phone number. (2) BUSINESS SIZE - Potential sources shall identify if they are a large, small, SDB/8a, women-owned or veteran / disabled-veteran owned small businesses. If the firm is a small business, the response to this synopsis must include how the firm it will meet the Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states &at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. All interested parties may respond or submit statements of qualifications. This is not a request for competitive proposals or quotations, nor a prequalification for any future contract for this work. A determination by the Government not to compete this proposed contract is within the discretion of the Government. All responses are due to US Army Engineering District, Tulsa District Office, Attention: Daniel Foyil, 1645 S. 101st E. Ave, Tulsa, OK 74128, not later than 4:00pm CST on December 2, 2008. This action will be conducted under FSC Code Y199, SIC Code 1542, NAICS Code 236220. The size standard is $31.5 million. Please direct all questions to US Army Engineer District, Tulsa, Attention: Mr. Daniel Foyil, Contract Specialist, phone (918) 669-7045, fax: (918) 669-7495, email address: daniel.a.foyil@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=661ec994b20b6a1029ca1b125e147148&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK<br />
Zip Code: 74128-4609<br />
 
Record
SN01706046-W 20081119/081117215405-661ec994b20b6a1029ca1b125e147148 (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.