Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2005 FBO #1412
SOURCES SOUGHT

Y -- Market Survey

Notice Date
10/6/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-06-WESTOVER
 
Response Due
10/21/2005
 
Archive Date
12/20/2005
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are adequate HubZone; 8(a) or Service Disabled Veteran Owned Small Business Contractors for construction of a Munitions Storage Complex, Westover ARB, MA. Total munitions storage requirements are driven by training, operational, and mobility requirements. Storage needs to be built for class 1.1, 1.2, 1.3, and 1.4 munitions. The Net Explosive Weight (NEW) requirement for storage of Hazard Class/Division (HCD) 1.1 and 1.2 munitions is a minimum of 760 pounds NEW (21 different types of munitions). For HCD 1.1, physical dimensions have been determined by the NEW and compatibilities issues. There are 4 different compatibility groups for munitions storage of HCD 1.1. Munitions are required to be stored and separated Type, National Stock Number, Lot#, Condition Code, Compatibility Group, Custody Account (30 Accounts), Category (mobility, training and operational), Serviceability (serviceable, un-serviceable). Structures must be built and meet expl osion safety requirements of DOD 6055.9-STD amd AFI 91-201 explosive safety standards and security requirements of DOD 5100-76-M and AFI 31-102 physical security of sensitive conventional arms, ammunition, and explosives. Munitions storage should be sized for forklift accessibility and maneuverability. NAICS code is 236220. The estimated cost range is between $1,000,000 and $5,000,000. (20 percent of the work to be self-performed). All interested SBA HubZone certified or SBA 8A certified or Service Dis abled Veteran Owned Small Business contractors should notify this office in writing by email or fax by 4:30 PM Louisville local time October 21, 2005. Responses should include (1) Identification of the company as either a SBA HubZone Certified or SBA 8A ce rtified or Service Disabled Veteran Owned Small Business, (2) Past Experience - describe completed projects that are similar in size and scope to the proposed project, the percentage of self-performed work, how that was accomplished and the performance rat ing for the work, (3) Letter from bonding agency indicating performance and payment bonds approval for the project in the dollar range listed above, (4) a statement verifying the contractor will self-perform 20 percent of the work and how it will be accomp lished. NOTE: If qualified SBA HubZone certified or SBA 8A certified or Service Disabled Veteran Owned Small Business contractors do not respond, this planned contract action will be converted to a full and open competition. Send responses to US Army Co rps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Attn: Connie Murphree, Louisville, KY 40202-2232 or by fax to (502) 315-6193. NOTE: This is NOT a Request for Proposal.
 
Place of Performance
Address: Westover ARB, Massachusetts Munitions Storage & Maintenance Complex Chicopee MA
Zip Code: 01022
Country: US <SOURCE>ftpArmy
 
Record
SN00911369-W 20051008/051006212914 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.