Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SPECIAL NOTICE

99 -- US ARMY CORPS OF ENGINEERS IS SUPPORTING THE ARMYS TRANSFORMATION. USACE IS SEEKING INPUT FROM INDUSTRY UNDER NAICS CODES BEGINNING IN 236, 237, & 238 FOR THIS MULTI YEAR MULTI BILLION DOLLAR MILITARY CONSTRUCTION (MILCON) PROGRAM

Notice Date
3/16/2005
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
USA-SNOTE-050316-008
 
Archive Date
5/15/2005
 
Description
ARMY TRANSFORMATION PROGRAM INFORMATION: The US Army Corps of Engineers (USACE) will be holding one nationwide and 4 regional Industry and Technical Forums in order to perform market research on possible future Request(s) for Proposal(s) that may be issued in support of the Military Construction Program. This Construction Program will consist of Multiple Facilities for the Army (Barracks, Operations Buildings (company, battalion and brigade level) Tactical Equipment Shops, General Instruction Building s, and Dining Facilities) as well as multiple facilities for the Families (Child Development Centers, Fitness Facilities, etc.) to support the Army Transformation. The overall program will involve numerous installations throughout the U.S. and Alaska and H awaii over the next few years. (The Installations Will Not Be Identified Until After BRAC 2005). The Primary Objectives for this Program are Acquisition and Construction Processes that: * Minimize cost * Radically reduce total project lead time * Radically reduce construction duration - minimize time to beneficial occupancy date * Identify and implement improved processes/procedures/specifications and practices * Assure facility life spans are of a quality to last 25 years * Minimize maintenance and mainten ance costs * Optimize procurement approach(es) balancing desired outcomes USACE will be seeking input, at a minimum into the following concerns (Please download the Questions and additional information posted on FedTeDS  instructions on how to get to FedT eDS is at the bottom of this synopsis. Submit the answers to Mr. Duffy ahead of time (preferred) by email or at the Forum): * Determine the most effective grouping or phasing of the projects, identify the cost/time/management impacts that potentially could arise from various alternate decisions * Determine how to best utilize small businesses in all socioeconomic categories * Determine the most effective type(s) of contracts, including possible incentives that would help to achieve Army objectives * Determi ne how to capitalize on economies of scale, standardization, and cost efficiencies associated with local performance * Determine how to maximize effectiveness of the design build process to achieve primary objectives * Determine the technical, management, and cost issues that could serve as quality discriminators among proposals for consideration in developing the evaluation factors to be included in the RFPs * Determine cost and time impacts on potential offerors of various levels and types of information that could be requested from offerors by the Government in the RFPs * Identify industry best practices and determine how to incorporate innovative strategies (new technologies and radically reduced construction durations) in the acquisition process * Ident ify Standards used by Industry for Commercial Construction projects. * Ensure that the requirements for Force Protection and Progressive Collapse are possible using Industry Standards. INFORMATION GATHERED RELATIVE TO THIS PROGRAM WILL PERMIT ANALYSIS TO D ETERMINE THE METHOD(S) OF PROCUREMENT AND INPUT IS DESIRED FROM ALL INTERESTED PARTIES  THIS INCLUDES CONTRACTORS, INDUSTRY ORGANIZATIONS, ASSOCIATIONS OR SOCIETIES. THIS PROGRAM IS NOT RESTRICTED AND IS OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION UNDER NAICS CODES 236  Construction of Buildings (236116, 117, 118, 210, 220), 237  Heavy and Civil Engineering Construction (237110, 120, 130, 210), 238  Specialty Trade Contractors (238110, 120, 130, 140, 150, 160, 170, 190, 210, 220, 290, 310, 320, 330, 340, 350, 390, 910, 990). The Industry Forums will be held: 06 April 2005 Washington, DC at the Kellogg Conference Hotel at Gallaudet University 800 Florida Ave N.E. Washington D.C. 20002 12 April 2005 Atlanta, GA (Announcement will be Updated with Ex act Location) 14 April 2005 Dallas/Fort Worth, TX (Announcement will be Updated with Exact Location) 19 April 2005 Kansas City, MO (Announcement will be Updated with Exact Location) 21 April 2005 Seattle, WA (Announcement will be Updated with Exact Location) The Forums will Start Promptly at 08:00 a.m. and go until 6:00 PM LOCAL TIME. Assembly will take place starting at 7:30 AM. You are REQUIRED to register your self and any other participants from your firm. This may be done through a website (that is in the process of being set up) or by emailing Mr. Michael R. Duffy at Michael.R.Duffy@usace.army.mil. The email must contain the following information: Firm Name F irm Address POC Information Are you a Joint Venture? Will your firm be attending the Industry Forum? Which Location (DC, ATL, DFW, KC, SEA) Number of attendees, the Names of those individuals attending, Email Addresses, and Phone Numbers FSC Code(s) SIC Co de(s) NAICS Code(s) Primary Construction Projects (list type  dining facilities, housing, administrative buildings, etc.) Size of Business (number of employees) Category(s) your LB or SB falls under (8a, HUBZone, VOSB, SDB, WOSB, SDVOSB, SB  include if y ou are minority owned as well) Bonding Capacity (single and total) Primary Geographic Regions you prefer to perform construction projects in (List States) Geographic Regions you are able to perform work in (List States) List the States you have performed w ork in If you have more than one office, list the city and state where they are located Small Business in all categories are highly encouraged to participate and any suggestions as to potential alternative strategies that may enhance small business partici pation as prime contractors and subcontractors is welcomed. USACE encourages small business joint ventures or teaming arrangements. SBA has provided flexibility for two or more small businesses to form a contract team for the purpose of competing for a con tract while still maintaining small business status even though the team as a whole would exceed the designated small business size standard for the procurement. Obtain additional information and guidance from your Small Business Administration Office. The se projects will consist of performing work at various installations, which are considered part of the overall Army Transformation Program. All buildings are not to be considered temporary or relocatable and shall have a life span of approximately 25 years . Unit Facilities: Types of facilities needed at each installation and square feet (sf) will/may include  Multi Function Aviation Brigade Heavy (ABCT-H) Complex. Primary facilities at each location include one Brigade Headquarters Building, five Battalion Headquarters Buildings, twenty eight Company Operations Buildings, barracks, dining facilities, tactical vehicle maintenance facility, organizational vehicle parking, unit storage aviation maintenance facilities and rotary wing aircraft parking. Supportin g facilities include site utilities, electric service, site improvements, information systems and anti-terrorism measures. Furnishings for all facilities will be provided by other appropriations. * Brigade Headquarters Building 14,014 sf * Battalion Headqu arters Building 86,068 sf * Company Operations Building 318,127 sf * Rotary Wing Parking Apron, Concrete 382,223 sf * Aircraft Maintenance Parking Apron, Concrete 14,000 sf * Aircraft Maintenance Hanger, High Bay 295,370 sf * Vehicle Maintenance Shop 122,8 84 sf * Organizational Vehicle Parking, Surfaced 164,090 sf * Deployment Equipment Storage Building 56,525 sf * Enlisted Unaccompanied Personnel Housing 406,626 sf * Dining Facility 30,233 sf Brigade Combat Team Heavy (BCT-H) Complex. Primary facilities at each location include one Brigade Headquarters, six Battalion Headquarters, thirty Company Headquarters Facilities, barracks, dining facilities, tactical vehicle maintenance shops, organizational vehicle parking, and unit storage. Support facilities inclu de all site improvements and landscaping, storm drainage, utility services including electrical, water, sewers, walks, curbs and gutters, anti-terrorism measure s and information systems. Furnishings for all facilities will be provided by other appropriations. * Brigade Headquarters Building 22,192 sf * Battalion Headquarters Building 116,142 sf * Company Operations Building 364,420 sf * Enlisted Unaccompanied Per sonnel Housing 549,366 sf * Dining Facility 30,233 sf * Tactical Vehicle Maintenance Shop 278,341 sf * Organizational Vehicle Parking, Surfaced 181,432 sf * Unit Storage 64,890 sf Family Facilities: Facility functions at each location may include  * Child Development Centers * Fitness Facilities * Clinics Additional Support Requirements include but not limited to  * Electric Service Water, Sewer, Gas * Paving, Walks, Curbs And Gutters * Storm Drainage Site Imp(7,089) * Demo * Antiterrorism/Force Protectio n * Information Systems * Landscaping * Telecommunications FedTeDS Instructions: All Market Research/Industry Forum Questions/Answers, Draft/Final Agendas, Slide Presentations, or other information relating to this MILCON Program will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool. Interested bidders must register with FedTeDS before accessing the system. FedTeDS registration requires the following information: 1) Central Contractor Regi stration (CCR) Marketing Partner Identification Number (MPIN) 2) DUNS Number or CAGE Code 3) Telephone Number 4) E-Mail Address Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. Bidders who have registered with FedTeDS must access the data for this solicitation by way of the link below. Bidders cannot log into the FedTeDS home pag e and search for data. https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=ARMY-TRANSFORMATION-SOURCES-SOUGHT-MARKET-RESEARCH To get a DUNS Number go here: http://smallbusiness.dnb.com/manage-business-credit/get-duns-detai ls.asp?cm_mmc=SBS*splashpage*DefaultDUNS*SP_DEFAULTDNS&bhcd2=1110994415 To get a CAGE Code go to CCR: http://www.bpn.gov/ccr/scripts/index.html
 
Web Link
Document concerning this Market Research/Industry Forum are posted on www.FedTeDS.gov
(https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=ARMY-TRANSFORMATION-SOURCES-SOUGHT-MARKET-RESEARCH)
 
Record
SN00770096-W 20050318/050316212244 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.