Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

Y -- Fire/Crash Rescue Station, Davis-Monthan, AFB, AZ

Notice Date
12/15/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-0000
 
Response Due
12/18/2008
 
Archive Date
2/16/2009
 
Point of Contact
Sandra Oquita,, Phone: 213 452-3249
 
E-Mail Address
sandra.oquita@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will 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 [Los Angeles District] has been tasked to solicit for and award a project/procurement to include [Construction of a 34,875 square feet fire station and flight line crash rescue station. Facility shall provide fire protection and fire fighting services for the base facilities and aircraft crash rescue/fire fighting. Station will house all fire fighting equipment and crews, central fire alarm system, emergency communications center, and emergency operations center, command and control facilities and 24 hour crew quarters. Facility will be constructed out split face CMU; slab on grade; all HVAC; all on site and off site utilities and demolition of current facility which may include asbestos and hazardous material remediation. Proposed project will be a competitive, [8A] contract. The type of solicitation to be issued will depend upon the responses to this synopsis. 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 industry, namely the Small Business Community to include [include Small Business, if not on the DIGs], Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman Owned (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE 1. Include measurable unit of the procurement. 2. Design and Construction 3. Estimated construction range IAW with FAR 36 and DFARs 236, if applicable. $10-25M 4. NAICS Code 236220 5. SB Size Standard 6. FSC Code Y119 7. Statement Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform [at least 50%of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement.] [at least 50% of the cost of manufacturing the supplies, not including the cost of materials for supply-type procurement.] [at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement.] [at least 25% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement.] Prior Government contract work is not required for submitting a response under this sources sought synopsis. [Any additional requirements, such as A/E design information under a D-B scope of work, specialty requirements for subject facilities, etc.] [Award will be based on overall Best Value to the Government.] Anticipated solicitation issuance date is on or about [date], and the estimated proposal due date will be on or about [date]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firms response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firms name, address, point of contact, phone number, and e-mail address. 2. Firms interest in bidding on the solicitation when it is issued. 3. Firms capability to meet design personnel requirements, if applicable] 4. Firms capability to perform a contract of this magnitude and complexity and have successfully completed at least two (2) fire stations, one of which shall be greater than $10 Million. 5. Firms in house capability to execute design and construction, comparable work performed within the past 3 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples maximum three (3) pages each. 6. Firm shall demonstrate successful completion of two additional vertical construction projects of a same or similar nature with magnitudes in excess of $10 Million. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples maximum three (3) pages each. 7. Firm shall demonstrate successful completion on at least one Early Contractor Involvement (ECI) or Construction Manager at Risk (CMAR) type contract. 8. Contractor shall have an accounting system in place that complies with FAR 16.403-{c}(1) 9. Firms small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a) and Woman Owned Small Business. 10. Firms Joint Venture information if applicable existing and potential 11. Firms Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firms shall respond to this Sources Sought Synopsis no later than [2:00pm] [18 December 2008]. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Sandy Oquita, Los Angeles, 915 Wilshire Blvd. Los Angeles, CA 90017 fax number 213 452-4184, sandra.oquita@usace.army.mil. and Mary.E.Spencer@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=c0ca05fc386574a590282d7c36c4bcff&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01718623-W 20081217/081215214654-c0ca05fc386574a590282d7c36c4bcff (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.