Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOURCES SOUGHT

Y -- Design/Build Temporary Modular Building Complex, Fort Hood, Texas

Notice Date
4/18/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-0031
 
Response Due
4/22/2005
 
Archive Date
6/21/2005
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers  Fort Worth District has been tasked to solicit for and award a Design/Build Temporary Modular Building Complex for Fort Hood, Texas. Proposed construction project will be a Firm Fixed Price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. The intent is to issue a solicitation on an Unresticted basis, unless a determ ination may be made that there is a reasonable expectation of receiving offers from at least two responsible small business concerns and award may be made at fair market price. The type of solicitation to be issued will depend upon the responses to this so urces sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Construction and services to be performed under the firm fixed price contract will consist of construction of a temporary modular bui lding complex to temporarily support the stationing of military personnel transitioning to Fort Hood, Texas. The primary facilities are anticipated to include, but are not limited to, barracks, unit storage facilities, vehicle maintenance facilities, arms vaults and administration facilities. It is anticipated that the project will include connections to and distribution of all utilities systems; potable water, sanitary sewer with lift station, natural gas, electrical, storm drainage, and information syst ems. Site preparation includes clearing, grubbing, rough and final grading, storm drainage improvement, paving and fencing. Relocatable buildings include furniture and equipment. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction. Small Business Size Standard for this acquisition is $28.5 Million. Federal Supply Code is Y199, Construction/Miscellaneous Buildings. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on overall BEST VALUE to the Government. Anticipated solicitation issuance date is on or about 10 May 05, and the estimated proposal due date is on or about 10 Jun 05. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation, when it is issued, is anticipated to be available on or about 25 Apr 05. 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 (include offerors in-house capability to execute design and construction, comparable work performed within the past 5 years  brief description of the project, customer name, point of contact & phone number, timeliness of performance, customer satisfaction, and dollar value of the project). Offerors Business Size (Large, Small, Small Disadvantaged, 8a Firm, HUBZone, Woman-Owned, Service Disabled Veteran-Owned) Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (CST) 22 Apr 2005. Mail, fax or email your response to Valerie Sands (for LaVette Buford), Contracting Officer, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: valerie.sands@swf02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00790356-W 20050420/050418211832 (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.