Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOURCES SOUGHT

Y -- Sources Sought for MILCON Centers of Standardization Combat Simulation Facilities

Notice Date
1/23/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
MILCON02
 
Response Due
2/6/2007
 
Archive Date
4/7/2007
 
Small Business Set-Aside
N/A
 
Description
The US Army Engineering and Support Center in Huntsville, Alabama Center of Standardization (COS) intends to solicit and award design build - indefinite delivery indefinite quantity (IDIQ) and stand alone contracts for its Ranges program as part of M ILCON Transformation. The NAICS code for this program is 236220 Commercial and Institutional Building Construction. The small business size standard is $31 million. The targeted industry groups for this survey are traditional construction firms, architect -engineer firms, and contractors that provide non-traditional construction methods, such as Pre-Fabricated, Pre-Engineered, Panelized, Tilt-up, and Permanent Modular construction. The area of performance will be through out the continental United States. Close Combat Tactical Trainer (CCTT) - Description: a dedicated building for conducting individual and collective tactical training using combat vehicle simulators. CCTT is composed of computer-driven combat vehicle simulators and emulator workstations tha t operate interactively over local and wide area networks. It supports training of armor, mechanized infantry, and cavalry units from platoon through battalion/squadron echelon, including the staff. Through computer workstations, CCTT adds logistics, arti llery, mortar, and aviation units to a synthetic battlefield depicting real-world terrain. Warfighters move, shoot, and communicate on this battlefield by operating with or riding inside combat vehicles and employing simulated weapon systems. The main part of the building is a large, column-free open bay 118 ft by 243 ft to house 36 combat vehicle simulators as well as six additional simulators for staff elements, dismounted infantry, and observer-controllers. Other areas include an After-Action review (AAR ) room, system operator space, networking center, areas for spare parts storage, maintenance, admin, toilets, a break room, and mechanical and electrical rooms. Information systems cost is a major part of the overall project cost - at least 10 percent of t he facility cost is attributed to info systems. The electrical power and HVAC systems must also be sized to accommodate the loads from the simulators and networking equipment. The facility most comparable in the commercial world would be a data center. The nominal gross building area is 47,366 sq ft, but may be adjusted slightly as long as functional requirements are met. Battle Command Training Center (BCTC) - Description: A dedicated building for conducting individual and collective battle staff training. Includes space for classrooms, rooms used as reconfigurable tactical operations centers (RTOCs), dedicated separate ro oms large enough to serve as work cells for complete staff elements of organizations that are battalion-sized or above (for example, S-1 through S-8), an after-action review (AAR) room, and administrative space. The RTOCs, work cells, and AAR room are prov ided with computer terminals interlinked to a central server that replicates tactical dispersion sites on a battlefield (including electronic battlefield imaging). The battle imaging is interactive and is displayed in multiple rooms within the building, wi th provisions for troop units outside the building to connect in and participate. Each of as many as 15 to 20 separate groups (both within the building and outside), with several functional areas (intelligence, operations, logistics, etc), is able to conne ct in and take actions that will influence the play of the simulation. Information systems cost is a major part of the overall project cost - at least 10 percent of the facility cost is attributed to info systems. A medium sized BCTC will require over 1000 LAN drops. This also has major implications for the electrical power and HVAC systems. The facility most comparable in the commercial world would be a data center. The facility can be used for staff training and for the conduct of command post exercises. Facilities in this category also may require additional space to accommodate opposing force staff elements of similar organizational size. The BCTC facilities come in three standard sizes: small (46,060 sq ft), medium (85,630 sq ft), and large (145,585 sq ft). Sizes are nominal and may be a djusted slightly as long as functional requirements are met. The magnitude of construction for most range projects is approximately $25 to $100 million. Contract awards are anticipated in the September 2007 timeframe with a one (1) year base award and four (4) option years for a total of five (5) years possible. Tas k order awards will be firm fixed-price. Prior Government contract experience is not required for submitting a response under this source sought notice or for submitting a proposal under the planned solicitation. This preliminary information is being made available for planning purposes only. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. All responsible sources may respond, in the form of a capability statement, to this s ources sought notice. All such responses will be considered by the agency. Responses/capability statements provided as a result of this notice shall include the following information: 1. Offerors name, address, point of contact, phone number, email address, business size, 8(a) status, HUBZone status, Service Disabled Veteran Owned (SDVO) status. 2. Can you perform nation-wide? 3. Which US geographic regions are you interested in? Northeast (DC, DE, MA, MD, NJ, NY, PA, VA, VT) Southeast (AL, FL, GA, KY, MS, NC, SC, TN) Northwest (CO, IA, ID, IL, IN, KS, MI, MN, MO, OH, OR, UT, WA, WI, WV, WY) Southwest (AR, AZ, CA, LA, NM, NV, OK, TX) 4. If you are unable to perform in a whole region, what particular states are you interested in? 4. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), a joint venture, or a teaming arrangement? Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements. 5. Indicate your teams bonding capacity (i.e. construction bonding level) per contract or task order award, expressed in U.S. dollars. 6. Indicate your teams aggregate/cumulative construction bonding capacity, expressed in U.S. dollars (i.e. sum of multiple contracts/task orders). 7. Explain your teams capability, both narrative and expressed in a maximum U.S. dollar figure, of performing multiple contracts simultaneously in various geographic locations. 8. Explain any previous experience on similar projects. Upon conclusion of the compilation, if the Government has determined that the qualified pool is not significant enough for a restricted competition, this requirement, if advertised, may be solicited as an unrestricted requirement, or may be canceled. The Government does not intend to rank submittals or provide any reply to interested firms. This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purp oses. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. Offerors are also welcome to advise of their lack of interest in this type of acquisition along with comments explaining the reasons for their disinterest and any recommendations for making this solicitation more appealing. Please refrain from submitting u nsolicited documents such as promotional literature in response to this sources sought. Responses should be limited to the information requested in this sources sought notice. Responses are due by 1600 hours central time on Tuesday, February 6, 2007 to the attention of: Ms. Lena Andrews via email to: lena.c.andrews@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01217530-W 20070125/070123220846 (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.