Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOURCES SOUGHT

Y -- Market Surveys for BRAC projects located in Washington and California

Notice Date
6/7/2006
 
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-REGIONONE
 
Response Due
6/21/2006
 
Archive Date
8/20/2006
 
Small Business Set-Aside
N/A
 
Description
Market surveys are being conducted to determine if there are qualified contractors, including SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB) or local contractors (either large or small businesses) th at meet the specific criteria for the following six proposed projects authorized by The National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC)). These BRAC projects are located in Washington and California. The NAICS code for General Construction is 236220. DFARS 226.71, Preference for Local and Small Businesses (revised March 14, 2002) gives preference to local contractors, if they are available and qualified to perform the work if the Government is considering limiting the procurement to HubZone certified, 8(a) certified or Service Disabled Veteran Owned Small Business Contractors. Local is defined as having a home office in the county or adjacent county of the aforementioned projects. Fairchild AFB, WA Armed Forces Reserve Center (AFRC), Spokane County. Construct a 110,009 square foot (sf) AFRC. Primary facilities will include the Armed Forces Reserve Center, Organizational Maintenance Shop (OMS)/Area Maintenance Support Activity (AMSA), unheated vehicle storage shed, unit storage building and organizatio nal parking. Supporting facilities include paving, fencing, general site improvements, extension of utilities and storm water management. Connections will be provided to the fire detection and alarm system and building information system. Accessibility for the disabled will be provided. Anti-terrorism/force protection measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 730 days. Estimated cost range between $25,000,000 and $100,000,000. Adjacent Counties are Whitman, Lincoln, Stevens and Pend Oreille. Fort Lewis, WA Armed Forces Reserve Center (AFRC), Pierce County. Construct a 105,630 sf AFRC. Primary facilities will include an Armed Forces Reserve Center, Organizational Maintenance Shop (OMS)/Area Maintenance Support Activity (AMSA), a unit storage building and organizational parking. Supporting facilities include p aving, fencing, general site improvements, extension of utilities and storm water management. Accessibility for the disabled will be provided. Connections will be provided for the detection and alarm system and the building information system. Force prote ction (physical security) measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 730 days. Estimated cost range between $10,000,000 and $25,000,000. Adjacent Counties are Thurston, Lewis, Yakima, Kittitas and King. Vancouver, WA Armed Forces Reserve Center (AFRC), Clark County. Construct a 104,340 sf AFRC. Primary facilities include an Armed Forces Reserve Center, Area Maintenance Support Activity (AMSA), Organizational Maintenance Shop (OMS), unit storage building and acquisition and organizational parking. Supporting facilities include paving, fencing, general site improvements, extension of utilities and storm water management. Accessibility for the disabled will be provided. Connections will be provided to fire detection and alarm system and the building information systems. Force protection (physical security) measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 730 days. Estimated cost range between $25,000,000 and $100,000,000. Adjacent Counties are Cowlitz and Skamania. Fort Hunter Liggett, CA Armed Forces Reserve Center (AFRC), Monterey County. Construct a 59,798 sf Army Reserve Center. Primary facilities include the Army Reserve Center, a unit storage building and organizational vehicle parking. Supporting facilities include p aving, fencing, general site improvements, and extension of utilities and storm water management. Connection will be provided to the fire detection and alarm system and the building information system. Accessibility for the disabled will be provided. Anti- terrorism/force protection measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 540 days. Estimated cost range between $10,000,000 and $25,000,000. Adjacent Counties are San Benito, San Luis Obispo, Kings, Fresno, Kern and Santa Cruz. Moffett Airfield, CA Army Reserve Center (ARC), Santa Clara County. Construct a 100,000 sf Army Reserve Center. Primary facilities include the Army Reserve Center, organizational unit storage and organizational vehicle parking. Supporting facilities include paving, fencing, general site improvements, extension of utilities and storm water management. The site improvement must be environmentally designed to accommodate tricholoroethae (TCE) vapors. Connection will be provided to the fire detection and alarm system and the building information systems. Accessibility for the d isabled will be provided. Anti-terrorism/force protection measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 730 days. Estimated cost range between $10,000,000 and $25,000,000. Adjacent Counties are Santa Cruz, San Mateo, Alameda, San Joaquin, Stanislaus, Merced and San Benito. Moffett Field, CA Armed Forces Reserve Center (AFRC), Santa Clara County. Construct a 163,218 sf Armed Forces Reserve Center (AFRC). Primary facilities include an Organizational Maintenance Shop (OMS), unit storage building and organizational parking. Supporting facilities include paving, fencing, general site improvements, and extension of utilities. Connections will be made for the fire detection and alarm system and the building information system. The site must be environmentally designed to accommodate monitoring tricholoroethane (TCE) vapors. Accessibility for the disabled will be provided. Force protection measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 730 days. Estimated cost range between $25,000,000 and $100,000,000. Adjacent Counties: Santa Cruz, San Mateo, Alameda, San Joaquin, Stanislaus, Merced, San Benito All projects are scheduled to be ready to advertise NLT 30 September 2006 and scheduled for award in the first and second quarters of Fiscal Year 2007. All projects will be awarded as Design-Build Contracts and based on the results of the market survey, wi ll be evaluated using one of the following acquisition methods: 1) Best Value Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technically Acceptable Process  LPTA (15.101-1); or 3) Two Phase Design/Build Process (FAR 36.303). All businesses interested in submitting a response should notify this office by mail NLT 4:00 p. m. EST on 21 June 2006. A separate response must be submitted for each project and each response must also include the following information: 1. The county in which your business is located. 2. Project of interest clearly identified. 3. Identification of the appropriate business category (large business, SBA HUBZone certified, etc.) of your business. 4. Submittal of proof of projects completed by your business. Proof includes the name of the project, the construction start and completion date, the final dollar amount of the contract and a short description of your businesss role and work performed (l ess than 200 words) and a Point of Contact and phone number for the owner of the project. To be considered you must: a. Have served as the prime contractor (add joint venture information if applicable). b. The work must have been successfully completed within the last five years and be a Design Build project. c. The projects must be similar in size, scope and dollar value to the project(s) of interest. d. Percent of self-performed work and how it was accomplished. e. A letter from your bonding company stating that you are bondable for the project indicated in numbered paragraph 2 above. Please submit the information requested above to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Jamie Greenwell; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01064298-W 20060609/060607221714 (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  © 1994-2020, Loren Data Corp.