Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOURCES SOUGHT

Y -- Firm-fixed price design-build construction contract for the 7th Army Command and Control Facility, Wiesbaden Army Airfield, Germany

Notice Date
9/24/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-08-R-0034
 
Response Due
10/6/2008
 
Archive Date
12/5/2008
 
Point of Contact
Elaine Gray-Frasure, 611-816-2429<br />
 
Small Business Set-Aside
N/A
 
Description
a. This Sources Sought Synopsis announcement is 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 OR A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Europe District anticipates the issuance of a Request for Proposal and the award of a firm-fixed price Design-Build construction contract for the 7th Army Command and Control Facility at Wiesbaden Army Airfield (WAAF), Germany. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction firms who have design-build capabilities to compete and perform a contract of this magnitude, and to address any questions, recommendations, or concerns from Industry. c. Description of Project: Design and Construct the 7th Army Command and Control Facility (285,870 SF) at WAAF, Germany. Project will include a reach-back operations center, command group center, sensitive compartmented information facility (SCIF), administration and control, conference rooms, storage, and personnel support functions, and air conditioning (estimated 300 tons). Supporting facilities include water, sanitary and storm sewer, electric, gas, walkways, heat distribution lines, paving, storm drainage, anti-terrorism measures, site improvements and information systems. Anti-terrorism measures include resistance to progressive collapse, blast resistant exterior doors and windows, exterior video and security lighting system, protective landscaping, and barrier protection. Access for individuals with disabilities will be provided in public areas. Provide connection to the Energy Monitoring Control Systems (EMCS), installation of an Intrusion Detection Systems (IDS) and Anti-terrorism measures including exterior video and security lighting. Security Requirements to be determined at a later date Option Item: 800 space POV in accordance with American standards, parking garage and a standby generator. d. Magnitude of Project: The magnitude for this project is MORE THAN $10,000,000. (It is anticipated that this project will be incrementally funded.) e. Performance Period: Duration of design and construction is 960 calendar days from Notice to Proceed or Award date. f. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor must have the capability to perform at least 20% of the contract work with his/her own employees. g. Award will be based on overall Best Value to the Government using the Trade-off process. h. Anticipated solicitation issuance date is 1st Quarter Fiscal Year 2009. i. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: (Clarifications, questions and or comments shall be submitted in a separate WORD document and will not count towards the 5 page limitation) "Offerors name, addresses, point of contact, phone number, and e-mail address. "Offerors interest with the anticipated requirement. "Offerors capability to meet design personnel requirements. "Offerors capability to perform a contract of this magnitude and complexity to include subcontractors, A-Es, JVs, etc. to execute design and construction, comparable work performed within the past 10 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors Joint Venture information if applicable existing and potential. " Offerors Bonding Capability (construction bonding level per contract expressed indollars.) Interested U.S. firms shall provide a list of design-build projects of this magnitude and complexity performed in Germany or elsewhere in the EU. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 15:00 hrs (Central European Time) 8 October 2008. Email responses to: Ms. Elaine Gray-Frasure, Contract Specialist, CENAU-CT, Europe District, Email address: elaine.s.gray@usace.army.mil. NOTE: THIS ANNOUNCEMENT SUPERSEDES THE ANNOUNCEMENT ISSUED ON 10 JUNE 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d7001c6950bff1627c73978c96a0ec36&tab=core&_cview=1)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE<br />
Zip Code: 09096<br />
 
Record
SN01680894-W 20080926/080924223527-d7001c6950bff1627c73978c96a0ec36 (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  © 1994-2020, Loren Data Corp.