Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2006 FBO #1836
SOURCES SOUGHT

Y -- Market Survey to determine large business interest in the Design/Build Ayer Armed Forces Reserve Center Complex project, Ayer/Ft. Devens vicinity, MA

Notice Date
12/4/2006
 
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-07-R-AYER
 
Response Due
12/14/2006
 
Archive Date
2/12/2007
 
Small Business Set-Aside
N/A
 
Description
This Market Survey is being conducted to determine if there are qualified large business contractors that meet the specific criteria for the following proposed project authorized by The National Defense Authorization Act of FY 2005 (Base Realignment and closure BRAC). This project is located at two sites in the Ayer/Ft. Devens vicinity, Massachusetts. The sites are approximately 10 miles apart. The Ayer Armed Forces Reserve Center Complex project consists of six buildings: (1) The 800 - member Training Center (AFRC) is approximately 95,681 SF; (2) The Organizational Maintenance Shop /Area Maintenance Support Activity (OMS/AMSA) is approximatel y 60,049 SF; (3) The Consolidated Support Maintenance Shop (CSMS) is approximately 92,990 SF; (4) The Unheated Storage Building (UHS) is approximately 6,411 SF; (5) The Class IX Storage Building is approximately 16,053 SF; and (6) The Multi-purpose Class room Building is approximately 7,312 SF. The Training Center, OMS/AMSA, UHS, and Classroom buildings are located in Middlesex County, Massachusetts. The CSMS and CL IX Storage buildings are located in Worchester County, Massachusetts. Both sites are wit hin the Devens Reserve Forces Training Area (RTFA & formally Ft. Devens). The buildings will be permanent construction with reinforced concrete foundations, concrete floor slabs, mechanical systems including air conditioning and electrical systems. Supporting facilities include site preparation, paving, fencing, covered wash rac k, and extension of utilities to serve the project. This solicitation is a Request for Proposal (RFP). The required BRAC construction cost limit for the entire project will have a NTE amount posted in the solicitation of about $72,800,000 plus collateral equipment. A large portion of the complex will be protected with security fencing and lighting as well as fire and intrusion alarm systems. Force protection measures will be incorporated into design including maximum feasible standoff distances from roa ds, parking areas, and vehicle unloading areas. Contract duration is 720 days. Procurement will be through a 2-Phase Design Build Best Value process. Phase I will shortlist the prospective proposers to no more than 5 based on experience, past performance, and construction management indicators. The Phase II submittal includes: Tech nical Proposal Information (Renderings, Design Drawings, Design Narrative); Management Plan; Price; and Subcontracting Plan. The Phase I advertisement is scheduled for late Dec 06. Contract award is scheduled in the May- Jun 07 timeframe. Businesses that are interested in submitting a proposal for the project should respond to this office by mail or fax NLT 4:00 p. m. EST on 14 Dec 06. Your response should include the following information: 1. Identify projects that you have completed as the Prime Contractor (or Joint Venture partner) including the name of the project, the construction start and completion dates, the final dollar amount of the contract and a short description of your role and work performed (less than 200 words) and a Point of Contact and phone number for the owner of the project. Since this solicitation will be for multiple sited projects (see above), the government is interested in your ability to construct multiple simulta neous projects as opposed to just large projects at single sites. The information should identify: a. Projects that have been successfully completed within the last five years. c. Projects that are similar in size, scope and dollar value to the project(s) of interest or demonstrate the ability to handle smaller multiple projects concurrently. d. The percentage of self-performed work and how it was accomplished. e. Bonding capacity. f. The likelihood of your firm submitting a Phase I proposal. Please submit the requested information to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Tom Dickert; 600 Dr. Martin L. King Jr., Place; Louisville, KY 40202-2267 or fax to 502-315-6193. Please contact: Tom Dickert, 502-315-6177 for further information.
 
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
SN01190429-W 20061206/061204220649 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.