Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
MODIFICATION

Y -- Basic Expeditionary Airman Skill Training (BEAST), Phase II, Lackland AFB, San Antonio, Texas

Notice Date
8/24/2007
 
Notice Type
Modification
 
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-0140
 
Response Due
9/6/2007
 
Archive Date
11/5/2007
 
Small Business Set-Aside
N/A
 
Description
This notice is reissue of Sources Sought announcement for W9126G-07-R-0140. 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 accepte d with this synopsis. This is not a solicitation 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 Ba sic Expeditionary Airman Skill Training (BEAST), Phase II, Lackland AFB, Texas. 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 solicit Capability Statements from all qualified and interested parties with a priority on Service Disabled Veteran Owned Small Business-first priority, 8a firms-second priority, and HubZone small business firms-third pri ority, to compete and perform a Firm Fixed Price Contract. The Government will use responses to this sources sought synopsis to make appropriate acquisition decisions to solicit this project as either a competitive Service Disabled Veteran Owned, 8a or Hu bZone Small Business or Unrestricted. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The project is for construction of Phase II which includes the headquarters building, a training building, a dining facility, a warehouse, and an equipment storage building. All facilities will have concrete foundations, floor slabs, and standing seam met al roof structures. The training building will be open-air with no sides. Also included are access roads, parking areas, utilities, grading and site work. Force protection measures will be incorporated in accordance with DOD and USAF Force Protection Sta ndards. QC and Superintendent cannot be the same person (QC must be independent). Estimated Construction Range is between $10,000,000 and $25,000,000. Duration of project is 540 calendar days. North American Industrial Classification System (NAICS) Cod e applicable to this acquisition is 236220. Federal Supply Code is Y199, Construction-Miscellaneous Buildings. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor mu st have the capability to perform at least 15% of the cost of the contract, not including the cost of materials, with its 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. Anticipated solicitation issuance date is on or about 18 September 2007, and the estimated proposal due date will be on or about 23 October 2007. The official Synopsis citing the solicitation n umber, 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 18 September 2007. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures and references anticipated shall be limited to 5page s, following the set format: 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past 5 years  brief description of the project, customer name and telephone, timeliness of performance, customer satisfaction, and dollar value of the project)  provide at least 3 examples. 4) Proof of Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI 5) Offeror Joint Venture information if applicable  existing and potential 6) Proof of Offeror Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any c ommercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in determining the proper procurement method. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Interested Offerors shall respond to this Sources Sought Synopsis no later than 2:00 PM (CST) 06 September 2007. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Charlotte Cramer, Contract Specialist, US Army Corps of Engineers-Fort Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: charlotte.cramer@swf02.usace.army.m il. Email is the preferred method when receiving responses to this synopsis.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01384580-W 20070826/070824222125 (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.