Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
SOURCES SOUGHT

Y -- SOURCES SOUGHT SYNOPSIS for RED RIVER ARMY DEPOT MANUEVER SYSTEMS SUSTAINMENT CENTER, PHASE 1; RED RIVER ARMY DEPOT, TEXARKANA, TX

Notice Date
12/9/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-MSSCP1-RRAD
 
Response Due
12/29/2008
 
Archive Date
2/27/2009
 
Point of Contact
Richard Feller, 817-886-1056<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. 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 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: Construction Services to be performed under the firm fixed price contract will consist of constructing a tactical wheeled vehicle repair facility. 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 gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Small Business, Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. 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 responsive contractors. Construction Services to be performed under the firm fixed price contract will consist of constructing a tactical wheeled vehicle repair facility. The project includes but is not necessarily limited to: Body Repair Facility - a single story repair shop of approximately 26,400 SF of workspace bays, offices, restrooms, storage areas, HVAC systems, and fire detection and protection. Supporting facilities will include all utilities for water, sewer, gas, electric service, paving, walks, curbs and gutters, storm water management, loading areas, exterior and security lighting; storm drainage, information systems, lightening protection, mass notification system, and site improvements. Access for individuals with disabilities will be provided. DoD Anti-terrorism/Force Protection measures will be included. Special foundations may be required due to expansive soils. Demolition of up to six (6) buildings may be required that includes HAZMAT abatement and disposal. Prospective construction firms must be capable of: providing all resources for successful construction per contract documents; planning and development of construction documents and work phasing if required; CADD (as-builts, changes, etc.); professional services, geotechnical investigations, environmental investigations, abatement and sampling, construction documentation, cost estimates, value engineering, shop drawings, and construction administration. Additional services may include but are not limited to: topographic and boundary surveys to include data collection and verification, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical requirements as may be designed or required. Any work that requires design changes or environmental compliance must be performed by or under the direct supervision of licensed professional Architect or Engineer. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is approximately 360 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition 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 the sources sought synopsis. The contractor is required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 26 January 2009, and the estimated proposal due date will be on or about 26 February 2009. The official Pre-Solicitation notice citing the solicitation number will be posted on www.fbo.gov on or about 11 January 2009. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: 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 meet design personnel requirements. 4)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, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. 5) Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI. 6) Offerors Joint Venture information if applicable existing and potential. and 7) Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Offerors shall respond to this Sources Sought Synopsis no later than 2:00 PM (CST) 29 December 2008. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail or email your response Richard D. Feller, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, Email address: richard.feller@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d78adbe42f03303f5e23fce08f9d55db&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
Zip Code: 76102-0300<br />
 
Record
SN01715945-W 20081211/081209215832-663059acecfb6ab3ea7bc361a9fdb893 (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.