Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOURCES SOUGHT

Y -- Basic Expeditionary Airman Skill Training (BEAST), Lackland Air Force Base, San Antonio, Texas

Notice Date
12/6/2006
 
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-07-R-BEST
 
Response Due
12/8/2006
 
Archive Date
2/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLIC ITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers  Fort Worth District has been tasked to solicit for and award a project to include the construction of a Basic Expeditionary Airman Skill Training (BEAST). No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications o f various members of the Small Business Community to include Small Business, Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of so licitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The project will include the design, contracting and construc tion of four camps and a core administration area for Basic Expeditionary Airman Training (BEAST). These camps are needed to provide the facilities to support the additional two week training period added to the BMT program in 2004. This project will inc lude roadways and utilities to a remote location on the south west corner of the Lackland Training Annex. The design effort for this project will include the design for an adjacent confidence course as well as the BEAST. The confidence course will be con structed with another project at a future date. The project includes the demolition of structures located on the site. The design and contracting of the new facilities will be required before the existing facilities can be demolished. The communications design must be done by a Registered Communications Distribution Designer (RCDD). Must provide a dedicated on site Scheduler. QC and Superintendent cannot be the same person (QC must be independent). Estimated Construction Range: Between $5,000,000 & $10 ,000,000. Duration of project is 360 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regula tion (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. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and con cept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, c onstruction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) complia nce for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and kn owledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, (THIS LIST IS NOT ALL INCLUSIVE), registered architect, registered civil engineer, registered electrica l engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certi fied), interior designer, landscape architect, community planner, certified environmental survey/design personnel, construction management. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 11 January 2007, and the estimated proposal due date will be on or about 15 February 2007. The official Synopsis citing the solicitation nu mber, 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 11 January 2007. 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. Offeror interest in bidding on the solicitation when it is issued. Offerors capability to meet design personnel requirements 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, timel iness of performance, customer satisfaction, and dollar value of the project)  provide at least 3 examples. Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI Offerors Joint Venture information if applicable  existing and potential 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 9:00 AM (CST) 8 December 2007. All i nterested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Mrs. Shelly Calderon, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, R oom 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: shelley.a.calderon@swf02.usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Place of Performance
Address: US Army Corps of Engineers c/o Area Office San Antonio 2202 15th St., BLDG 4196, Ste 12 Fort Sam Houston TX
Zip Code: 78234-5007
Country: US
 
Record
SN01191797-W 20061208/061206220924 (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.