Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOURCES SOUGHT

Z -- Additions/Alterations ADAL Egress Shop, ADAL Fuel Systems Maintenance Facility, ADAL NDI Shop, and ADAL Simulator Facility - Laughlin Air Force Base, Texas - BRAC Projects

Notice Date
3/28/2007
 
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-LAU2
 
Response Due
4/11/2007
 
Archive Date
6/10/2007
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers  Fort Worth District has been tasked to solicit for and award 1 contract for the 4 projects, as identified below , at Laughlin AFB, Texas. Proposed construction project will be a Firm Fixed Price contract. The intent is to issue a solicitation on a set-aside basis to Service Disabled Veteran Owned Small Business, HUB Zone, or 8(a) concerns. The type of solicitation 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 contractors. Construction and services to be performed under the firm fixed price contract will consist of the following projects: ADAL Egress Shop. This project provides additions and alterations to the existing Egress Shop facility to provide an expanded parachute packing room, sewing room, and receiving room. Included are site-work, foundation, exterior closure to match existing, structural steel framing, interior finishes, TPO single ply roof, HVAC and infrastructure systems, fire protection system, utilities, la ndscaping, parking area, and restoration of any disturbed areas. ADAL NDI Shop. This project provided additions and alterations to the existing Non-Destruct Inspection (NDI) shop to provide a new hangar, control room, darkroom, equipment storage area, a nd latrine. Included are, site-work, foundation, structural steel framing and CMU, single ply TPO roofing, exterior closure to match existing facility, interior finishes, X-Ray shielding as appropriate, crane/hoist with x-ray equipment, utilities, infras tructure, HVAC as appropriate, fire protection system, pavements, and restoration of any disturbed areas. ADAL Fuel Systems Maintenance Facility. This project provided additions and alterations to the existing Fuel Systems Maintenance Facility and inclu des, site-work, foundation, structural steel framing, Standing Seam Metal roofing, exterior closure to match existing facility (metal building components), interior finishes, decontamination shower, utilities, infrastructure, HVAC as appropriate, fire prot ection system, pavements, and restoration of any disturbed areas. ADAL Simulator Facility. This project provides additions and alterations to the existing simulator facility to provide a 2 story addition the is open from the first floor to the roof and o ffice and classroom space. Included are site-work, foundation, exterior closure to match existing, pre-cast wall panels supported on drilled piers, interior finishes, single ply TPO, HVAC and infrastructure systems, fire protection system, utilities, land scaping, parking area, and restoration of any disturbed areas. The estimated magnitude of these 4 projects together is between $1,000,000.00 and $5,000,000.00. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction. Sm all Business Size Standard for this acquisition is $31. Million. Federal Supply Code is Z159, Repair or Alteration of Real Property. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% 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. Anticipated solicitation issuance date is on or about 1 May 2007, and the estimated proposal due date will be on or about 1 Jun 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. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute design an d construction, comparable work performed within the past 5 years  brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). Offerors Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Minimum bonding cap acity of $5,000,000.00. Interested Offerors shall respond to this Sources Sought Synopsis no later than 09:00 AM (CST) 11 Apr 2007. email your response to Mr. Jan Slick, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 81 9 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: Errette.J.Slick@swf02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Fort Worth c/o Laughlin Resident Office 2202 15th Street, BLDG 4196, Ste 12 Ft Sam Houston TX
Zip Code: 78234-5007
Country: US
 
Record
SN01261233-W 20070330/070328221255 (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.