SOURCES SOUGHT
Y -- Design/Build 10 Dog Overnight Kennel With Training Room, Department of Homeland Security Border Patrol Station, Brownsville, TX
- Notice Date
- 10/14/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY11S0001
- Response Due
- 10/29/2010
- Archive Date
- 12/28/2010
- Point of Contact
- Traci Robicheaux, 4097666306
- E-Mail Address
-
USACE District, Galveston
(traci.d.robicheaux@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT - W912HY-11-S-0001 Subject: Department of Homeland Security Border Patrol Station, Brownsville, TX, 10 Dog Overnight Kennel w/ Training Room THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation Announcement, nor a Request for Proposal, and does not obligate the Government to any contract award. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA) certified: 8(a), Hub zone, Service Disabled Veteran-Owned, and Small Business firms relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision about soliciting this project as either a competitive Set-Aside for Small Business firms, Service Disabled-Veteran Owned firms, 8(a) firms, or Hub zone firms; or to proceed with full and open competition as Unrestricted. The price range is estimated between $500,000.00 to $1,000,000.00. Project Information: Design/Build project. The contractor will be required to work during daylight hours Monday through Friday, Federal Holidays excluded. All employees will be required to have background checks and be cleared for access to the project site. Must be able to provide Design-Build services for completing the design and construction of a 10 dog climate controlled overnight kennel with training room per the Customs and Border Patrol Design Standards (which will be provided at time of solicitation). Design must address vehicular and pedestrian circulation, existing building relationships and include all utility connections and other appurtenances as necessary. Structure will be approximately 1200 gross square feet. Design will be required to include security cameras, card access devices, gates with locking devices, lighting, and other equipment as necessary. Construction will be required to include a staging plan for the proposed work that enables the station to remain in operation though out the construction period without disruption. Relocation of fencing, roads, lighting, and/or security cameras may be necessary. Design and construction will be required to follow these design standards: Nov. 1, 2003 BP design standards, the follow on BP standards dated April 2009, and the pertinent IA CBP Security Policy and Procedures Handbook design standards dated Aug 13, 2009. All work will be required to meet ADA and life safety codes. Design must meet or exceed any/all federal, regional, state and/or municipal laws and regulations. Location of Work: Customs and Border Protection, Brownsville Border Patrol Station, 940 North FM511 Brownsville, TX 78520. All work will be within the presently owned property boundary and within the US Government owned land area. The following information is requested: 1.Name of the Firm w/address, phone, fax, email address, and point of contact 2.Indicate whether your firm will submit a bid for this project, if the project is set-aside for 8(a), Hub zone Small Business, Small Business, or Service-Disabled Veteran-Owned Small Business. 3.Provide a copy of your Federal certification if your firm is an 8(a), or Hub zone Small Business. 4. Identify key technical personnel and their length of service with your firm. 5.Provide a list of subcontractors you propose to use. List the company name, address, Federal business size and their specialty. 6.Indicate specialized experience and technical proficiency in: a) contracts of similar size and scope; b) response to simultaneous projects; and c) support services as described above. 7.Submission Requirements: Firms submitting responses shall present their information in a matrix format displaying previously completed contracts. The matrix shall describe the three most recent projects that demonstrate the Firm's capability to perform the required work listed above. Include the contract number, project location, description of work, and a point of contact and phone number for each effort. If you can meet all of the requirements for this project, please respond by providing the requested information to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Traci D. Robicheaux, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-6306. The fax number is (409) 766-3010. The e-mail address is: traci.d.robicheaux@usace.army.mil. Responses must be received no later than 2:00 P.M. central standard time, on 29 Oct 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY11S0001/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN02310827-W 20101016/101014233729-bc9388640926e7dbecb3f2744237c31f (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 |