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
SOURCES SOUGHT

Y -- Urban Assault Course (UAC), Camp Bullis, San Antonio, Texas

Notice Date
8/24/2007
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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-0146
 
Response Due
9/7/2007
 
Archive Date
11/6/2007
 
Small Business Set-Aside
N/A
 
Description
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 accepted with this synopsis. This is not a solicitation for proposals and no contrac t 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 for the construction of the FY08 Urban Assault Course (UAC) at Camp Bullis, San Antonio, Texas. No reimbursemen t 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 a standard five station Urban Assault Course including a 20 X 40 operations storage building. There is no latrine or ammo breakdown building included in the project. The project does include demolition of an off site residential structur e. There are no utilities other than power at the site. Typical details concerning a UAC project can be found at: http://www.swf.usace.army.mil/pubdata/EC/eca/Blind%20Links/UAC%20Details.pdf A consideration which makes project construction somewhat more complex is the risk of encountering unexploded ordnance on the project site. The Government will hire another contractor to clear the site of ordnance and coordination with those activities wi ll impact project construction. These interactions and limitations will be set forth in the construction contract. Estimated Construction Range is between $1 and 5 Million. Duration of the project is 329 days. Camp Bullis is located on the north side of San Antonio, TX west of US 281 and north of Loop 1604. It is desirable that the firm constructing the project have some range-related experience and prior experience with ordnance coordination requirements. Request interested firms submit a brief summary of relevant project experience and indicate their firm s status in regard to certified 8(a) status, Hub Zone or qualification in other set aside programs. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 238990. Small Business Size Standard for this acquisition is $31 Million. Federal Supply Code is Y199, Construction-Miscellaneous Buildings. Under Federal Acqui sition 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 this sources sought s ynopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is during the first quarter FY08 (Oct  Dec 07). The official Synopsis citing the solicitation number, and inviting Offerors to register electronically t o receive a copy of the solicitation will be issued at least 15 days prior to issuance of the solicitation. 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 5 pag es, following the set format: 1) Offeror name, address, point of contact, phone number, and e-mail address. 2) Offeror interest in bidding on the solicitation when it is issued. 3) Offeror 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 the Offeror 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 the 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 co mmercial 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 PM (CST), 7 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. Char lotte 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.mil. 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
SN01384581-W 20070826/070824222126 (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.