Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOURCES SOUGHT

Y -- SOURCES SOUGHT SYNOPSIS Medical Dental Clinic White Sands Missisle Range New Mexico

Notice Date
8/17/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-10-R-0264
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
David Frye, 817-886-1086
 
E-Mail Address
USACE District, Fort Worth
(david.a.frye@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only. NO PROPOSALS ARE BEING REQUESTED NOR ACCEPTED UNDER THIS SYNOPSIS. The U.S. Army Corps of Engineers, Fort Worth District, will use information obtained under this synopsis to develop an acquisition strategy to meet a needs of the U.S Army at White Sands Missile Range, New Mexico, FY10 MILCON, Health Care Clinic Construction. The intent of this synopsis is to access industrys (large and small business concerns (including 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran Owned Small Businesses (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) capability and interest in performing construction work for the following building type: approximately 29,353 square foot (sf) Soldier Family Care Clinic (SFCC), a 5,422 sf Dental Clinic Facility, and a 960 sf ambulance shelter, for a total of 35,735 sf. Primary facilities include Primary Care, Physical Rehabilitation, Optometry, Behavioral Health, Dental Clinic, Preventive Medicine, lab, pharmacy, and radiology. Support facilities include site development, storm drainage, utilities, parking, access roads, and information systems. Project includes installation of intrusion detection system; fire protection, detection, and alarms systems; and connections to the energy monitoring and control systems (EMCS). Measures in accordance with Department of Defense (DoD) Minimum Antiterrorism for Building Standards and evidence-based design (EBD) will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Air conditioning (estimated 40 tons).The estimated contraction total for the health care clinic construction work is between $10,000,000.00 to $25,000,000.00. The anticipated North American Industry Classification System (NAICS) codes for this program is 236220, Commercial and Institutional Building Construction with a corresponding Standard Industrial Code (SIC) of 1542; and a Business Size Standard of $33.5 Million. The anticipated solicitation issuance date is on or about 01 October 2010 and the estimated proposal due date will be on or about 01 November 2010. Award is anticipated in March 2011. Construction duration is limited to 730 calendar days. The proposed construction project will be a Firm Fixed Price contract. The solicitation will be a TWO PHASE design build Request for Proposal with the contract awarded based on a Best Value evaluation of contractor qualifications and prices. However, the actual procurement method will be determined based on the responses received from this sources sought synopsis. Interested Offerors shall respond to this Sources Sought Synopsis by responding to david.a.frye@usace.army.mil by 4:00 pm Central Standard Time on 01 September 2010. The Point of Contact for this action is David A. Frye, Contract Specialist, Fort Worth District Corps of Engineers, at 817-886-1086 or e-mail at david.a.frye@usace.amry.mil. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address; Offerors interest in bidding on the solicitation when it is issued; Offerors capability to perform a contract of this magnitude and complexity in the construction duration; comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); Offerors Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a); and Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Minimum bonding capacity of $30,000,000.00 is required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-R-0264/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02244179-W 20100819/100818000205-691bfc16b2d76610a3efe58184c0b435 (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.