Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOURCES SOUGHT

Y -- A Market Survey is being conducted to determine if there are adequate HubZone, 8(a) or Service Disabled Veteran Owned Small Business contractors for AFRC at Vance AFB, OK

Notice Date
6/26/2007
 
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-VANCE
 
Response Due
7/11/2007
 
Archive Date
9/9/2007
 
Small Business Set-Aside
N/A
 
Description
A Market Survey is being conducted to determine if there are adequate HubZone, 8(a) or Service Disabled Veteran Owned Small Businesses (SDVOSB) for the following project: 60,000 sf Armed Forces Reserve Center, Vance AFB, Oklahoma. Primary faciliti es include a 7,500 sf Organizational Maintenance Shop (OMS), and a 1,300 sf unit unheated storage building. Buildings will be of permanent construction with HVAC systems, plumbing, mechanical systems, security systems, and electrical systems. Supporting fa cilities include a new small Entry Control Point (ECP) gate, land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for individuals with disabilities will be provided. Force protection measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to prevent access when standoff distances cannot be maintained. Comprehensive building and furnishings related interior design services are required. Air Conditioning (Estimated 304 Tons). Contract duration is 720 days. Estimated cost range is $10,000,000 to $25,000,000. This project is scheduled to be advertised in Dec 2007 and scheduled for award in the second quarter of Fiscal Year 2008. The project will be advertised as a Design-Build Contract and based on the results of the market survey, the solicitation methods will be evaluated and one of the following acquisition methods will be used: Best Value Trade off Process (FAR 15.101-1); or Two Phase Design/Build Process (FAR 36.303). All interested small businesses identified above must respond to this notification in writing NLT 2:00 p. m. (Local Time) on 11 July 2007. Your res ponse must include the following information: (1) Identification and verification of your companys small business size (HubZone, 8(a) or SDVOSB); (2) Submit a listing of projects (similar in size, scope and dollar value to this project) that you have co mpleted within the last 5 years, 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), percent of self-performe d work and how it was accomplished and a Point of Contact and phone number for the owner of the project; (3) A letter from your bonding company addressing your capability of obtaining performance and payment bonds for a project within the cost range of the proposed project; (4) A statement verifying the contractor will perform at least 15% of the work and how it will be accomplished. NOTE: If qualified HubZone, 8(a) or SDVOSB contractors do not respond, this planned contract action will be converted to a full and open procurement. Please submit the requested information to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Jacque Gee, 600 Dr. Martin Luther King Jr., Place, Louisville, KY 40202-2267. This is NOT a Request for Proposa l.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2267
Country: US
 
Record
SN01328194-W 20070628/070626221252 (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.