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

Y -- Additions/Alterations ADAL Aircraft Parking Apron - Laughlin Air Force Base, Texas BRAC Project

Notice Date
3/28/2007
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge 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-LAU3
 
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 a project to provide additions and alterations to the ADAL Aircraft Parking Apron at Laughlin AFB, Texas. Proposed construction project will be a Firm Fixed Price contract. The intent is to issue a solicitation on a competitive basis to Service Disabled Veteran Owned Small Business, HUB Zone, or 8(a) co ncerns. 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 th e firm fixed price contract will consist of providing approximately 20,000 SY of concrete apron, taxiway, and tow road that will be used for parking 28- T-6 and T-38 aircraft transferred from Moody AFB. Work will include site-work, paving, striping, tie- downs, drainage, lighting, aircraft tie-downs, grounding points, painting/striping, extension of the existing Centralized Aircraft Starting System (CASS)(electricity and compressed air), and installation of Government Furnished CASS pedestals, and restorat ion of any areas disturbed by construction. The estimated magnitude of this project is between $1,000,000.00 and $5,000,000.00. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310, Highway, Street, and Br idge Construction Small Business Size Standard for this acquisition is $31 Million. Federal Supply Code is Y124, Construction of Facilities/ Airport Runways. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capabi lity 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. Award will be based on overall Best Value to the Government. Anticip ated solicitation issuance date is on or about 15 May 2007, and the estimated proposal due date will be on or about 15 Jun 2007. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of th e solicitation when it is issued is anticipated to be available on or about 1 May 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 and construction, comparable work performed within the past 5 years  brief description of the project, customer name, timeli ness 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 c apacity 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, 819 Taylor Street, Room 2A 19, 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
SN01261235-W 20070330/070328221257 (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.