Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOURCES SOUGHT

Y -- F-22 Alter Hangar Bay for Low Observable Composite Repair Facility (LOCRF), Holloman Air Force Base, Otero County, New Mexico

Notice Date
2/24/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Albuquerque, US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-09-R-0010
 
Response Due
3/11/2009
 
Archive Date
5/10/2009
 
Point of Contact
Monique M. Chisholm, 505-342-3447<br />
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For F-22 Alter Hangar Bay for Low Observable Composite Repair Facility (LOCRF) Holloman Air Force Base, Otero County, New Mexico 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 Albuquerque District has been tasked to solicit and award a project to include the construction of two self contained paint booth inserts in two hangar bay quadrants of an existing hangar, Building 898 at Holloman Air Force Base, New Mexico. Proposed project will be a Firm Fixed Price contract. 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 Section 8(a), 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 issued 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 a firm fixed price contract will consist of an adaptive reuse of an existing hangar, Building 898, to add two self contained paint booth inserts in two of the hangar bay quadrants. Each paint booth will be capable of fire protection, fire alarm, electricity, compressed air, breathable air, and heating and ventilation. The support spaces on either side of the hangar bay will be converted into shop spaces, administrative spaces, sensitive access spaces, and locker/restrooms. This renovation consists of demolishing portions of ceilings and walls for the new functional areas; a complete demolition of the existing men's and women's restrooms; new walls, ceilings, furring, new doors and ADA compliant toilets; high expansion foam system as part of the paint booth installation; existing wet pipe system sprinkler heads reconfigured for new spaces; communication runs, mass notification, ACM remediation; and anti-terrorism and force protection measures. The facility is required to be LEED Silver registered in accordance with LEED-NC for industrial facilities. Estimated Construction Range: More than $10,000,000. Duration of project is 425 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5 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. Award will be based on Low Price Technically Acceptable to the Government. Anticipated solicitation issuance date is on or about 26 March 2009, and the estimated proposal due date will be on or about 27 April 2009. The official Synopsis citing the solicitation number, 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 12 March 2009. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: "Offerors name, address, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. "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, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) "Offerors Joint Venture information if applicable existing and potential "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 02:00 PM (MST) 11 March 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Monique Chisholm, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505) 342-3496, Email address: monique.m.chisholm@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=15841ff8257e9aefb0828bef21ea87a2&tab=core&_cview=1)
 
Place of Performance
Address: Holloman Air Force Base HAFB NM<br />
Zip Code: 88330<br />
 
Record
SN01755496-W 20090226/090224215844-15841ff8257e9aefb0828bef21ea87a2 (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.