Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2010 FBO #3085
SOURCES SOUGHT

Y -- Source Sought Notice for the Construction of Known Distance Range& Automated Qualification Training Range at Fort Riley, KS

Notice Date
5/4/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-S-0504
 
Response Due
5/19/2010
 
Archive Date
7/18/2010
 
Point of Contact
Amanda Reyes, 816-389-3991
 
E-Mail Address
USACE District, Kansas City
(amanda.reyes1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A SOURCES SOUGHT NOTICE BEING CONDUCTED FOR MARKET RESEARCH ONLY. NO AWARD WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of these documents. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Amanda.R.Reyes@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The Government proposes to issue a Firm Fixed price type contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Particularly, the purpose of this NOTICE is to gain knowledge of potential sources that can show evidence of being able to bond and construct facilities consisting of primarily earthwork features with pre-engineered metal buildings as secondary features. Activity 1 Known Distance Range Activity 2 Automated Qualification Training Range The estimated cost range, according to the DFAR2 36.204, is between $10,000,000 and $25,000,000. The NAICS Code is 236220, under the index title Commercial and Institutional Building Construction. The size standard for this NAICS code is $33.5 million. Federal Supply Code is Y299 and the Standard Industrial Classification is 1542 entitled General Contractors Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The maximum duration of the project is estimated at 730 calendar days from the Notice to Proceed. Limitation of Subcontracting Requirements: If a Small Business, Under Federal Acquisition Regulation (FAR) 52.219-14 guidelines, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. If NOT a Small Business, Under FAR 52.236-1 the contractor shall perform on the site, and with its own organization work equivalent to at least 20% of the total amount of work to be performed under the contract. SCOPE OF WORK Activity 1 Known Distance Range (KD): Construct a standard design 32-lane Known Distance Range (KD). Primary facilities include the KD Range (approximately 300 Meter x 1,000Meter) range operations control area (ROCA). Civil site services will include clearing and grubbing, top soil strip and stockpile. Significant grading is anticipated down range to achieve clear line of site and to create adequate fill for the construction of the emplacement berms. The disturbed areas will be fine graded and dressed with top soil. Low water crossings will be provided for portions of the existing valleys throughout the site to prevent washouts and erosion of the proposed service roads. The ROCA includes a Control tower, operations / storage building, classroom building, ammunition breakdown building, latrine, bleacher enclosure, covered mess, and building information systems. Total square footage for buildings is approximately 4,000 sq ft. Activity 2- Automated Qualification Training Range (QTR): Construct a standard design Automated Qualification Training Range (QTR). Primary facilities include the QTR (500 Meter x 1500 Meter), range operations center (ROC). This project will provide training to test soldiers on a wide range of weapons to identify, engage, and defeat stationary and moving targets in a tactical array. Civil site services will include clearing and grubbing, top soil strip and stockpiling. Significant grading, is anticipated, down range to achieve clear line of site and to create adequate fill for the construction of the emplacement berms. The disturbed areas will be fine graded and dressed with top soil. Piping of portions of the existing valleys through the site, is also anticipated, to prevent washouts and erosion of the proposed service roads and targets emplacements. The ROC includes a Control tower, classroom building, two ammunition breakdown buildings, latrine, bleacher enclosure, covered mess, antiterrorism measures, and building information systems. Total square footage for buildings is approximately 4,000sq ft. ADDITIONAL PROJECT REQUIREMENTS 1.Prior experience in the following areas is required: -Construction work dealing with like or similar projects as mentioned in the above Scope of Work -Construction of facilities consisting of primarily earthwork features with pre-engineered metal buildings as secondary features. Examples of such facilities include but are not limited to gun ranges, parks and sport fields. 2.Offerors must provide past experience for evaluation. New and successor firms can submit recent and relevant experience gained with predecessor companies or that of company principals and key personnel. 3.Prior Government contract work is NOT required for submitting a response under this sources sought synopsis. 4.NOT ALL technical evaluation factors and sub-factors have been assigned at this time. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE IF YOUR COMPANY HAS RECENT EXPERIENCE WITH PROJECTS THAT ARE SIMILAR IN THE ABOVE SCOPE, PLEASE PROVIDE THE FOLLOWING INFORMATION BY E-MAIL or mail TO: Amanda.R.Reyes@usace.army.mil by 2:00 P.M. CENTRAL STANDARD TIME (CST) WEDNESDAY 19 MAY 2010. MAILING ADDRESS: U.S. Army Engineer District, Kansas City Federal Building Room 647 ATTN: CENWK-CT-NWK-M/ Amanda Reyes 601 E. 12th Street Kansas City, Missouri 64106-2896 1.Provide descriptions of each similar project completed by your company as a prime Contractor within the past four (4) years and are comparable to the type of construction required for the KD and QTR Ranges. Including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of that project; (c) contract type used on that project (e.g. firm-fixed-price, labor-hour, time-and-materials, cost-plus-fixed-fee, cost-plus-award-fee, cost-plus-incentive-fee, etc.); (d) indication of how long the services took to complete from start to finish; (e) name, address, point of contact and phone number of customer organization and prime contractor, if applicable, for which the work was done. Photos are permitted for visual aid ONLY and do not replace a narrative description. Maximum length of narrative should not exceed three (3) examples and not to exceed seven (7) pages in length to include photos. 2.Indication and show evidence of whether your company can obtain performance and payment bonds in the penal sum of 100% of the contract price for this magnitude of project. (a)Per FAR 52.228-1, the amount of the bid guarantee shall be 20% (percent) of the bid price or $3,000,000.00, whichever is less. (b)Current socioeconomic status of your company as it relates to (NAICS) Code 237990. (c)Indication of whether your company currently has an active registration in the Central Contractor Registration at www.ccr.gov. The Government shall not assume any obligation for payment of expenses incurred by your firm in the development and response to this Source Sought Notice. PLEASE DIRECT ALL QUESTIONS REGARDING THIS NOTICE via EMAIL TO Amanda.R.Reyes@usace.army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-S-0504/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02139710-W 20100506/100504235145-f154bc7e5109c99490917c942235f072 (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.