Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOURCES SOUGHT

Y -- CONSTRUCTION PROJECT TO BUILD A NEW BUILDING FOR THE 66TH AVIATION ARMY NATIONAL GUARD UNIT LOCATED AT FT LEWIS, WA. 98430

Notice Date
4/8/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K366THAVN
 
Response Due
4/24/2009
 
Archive Date
6/23/2009
 
Point of Contact
ELKE H. NEAL, 253-512-8885<br />
 
Small Business Set-Aside
Total Small Business
 
Description
CONSTRUCT FORT LEWIS READINESS CENTER FOR THE WASHINGTON ARMY NATIONAL GUARD AT FORT LEWIS, WA Category: Y Construction of Structures and FacilitiesPotential Sources Sought Date Published: Contact: USPFO for Washington, Purchasing and Contracting Office, Bldg 32, Camp Murray, Tacoma, WA 98430-5170 POCs Elke Neal and Ken Chapman Sources Sought: CONSTRUCT FORT LEWIS READINESS CENTER SOURCES SOUGHT. The purpose of this synopsis is to gain knowledge of potential Small Business concerns. The USPFO for Washington, P&C Office, anticipates the solicitation and award of a contract to Construct Fort Lewis Readiness Center at Ft. Lewis, WA for the Washington Army National Guard. THIS IS A SOURCES SOUGHT ONLY AND WE CANNOT DISCUSS ANY SPECIFICS AT THIS TIME. Scope of the project for the construction of an approximately 104,000-gsf load bearing masonry and steel building on three levels, with an attic for mechanical equipment. Foundations are cast concrete footings and slab-on-grade. Upper floor structures are steel frame and deck with concrete slab. Roof structure is metal decking on steel joists and beams. Exterior walls are cavity masonry with an interior of 8 or 12 inch block, 2 inch insulation, minimum 2 inch cavity, and face brick or 8 inch block veneer with brick banding. Some areas of exterior wall use prefinished metal panels over block or stud wall. Windows are anodized aluminum wit insulating laminated glass. Roofing is a fully=adhered membrane sheet over board insulation or prefinished standing seam metal roof over rigid board. Heating and cooling systems hydronic VAV or fan-terminal units. Standard plumbing, electrical, and signal systems are included. Site development includes selective removal of site features, clearing and grading, storm drainage, water and sanitary utilities, site power and lighting, fencing and landscaping. The magnitude of this project is over $10,000,000.00. Source selection with PPT procedures will be utilized to determine awardee. All interested Small Business concerns shall provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 24 APR 2009 at 04:00 PM Pacific Daylight Savings Time. This notification, which shall not exceed five typewritten pages, must include (1) positive statement of intent to bid as a prime contractor, (2) Identification of firm with appropriate Small Business status. Status of Small Business contractors will be verified via the Small Business Administration, (3) Acknowledgement from the Bonding Company indicating the highest amount your firm can band, or an explanation of how your firm intends to bond the project if awarded a contract, (4) A listing of similar projects of this magnitude (over $10,000,000), with the dollar amount of the projects completed during the past three years, both for government and private industry. The type of project, dollar value, Contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, In the event adequate Small Business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Note: All requested information regarding this project will be submitted in writing. No phone calls will be accepted. Requested information shall be provided either in writing to Elke Neal AND Ken Chapman, USPFO for Washington, Purchasing and Contracting Office, Camp Murray, Tacoma, WA 98430 or via email to: elke.neal@us.army.mil. AND kenneth.r.chapman@us.army.mil. SEND TO BOTH E-MAIL ADDRESSES. Facsimile responses will be honored and can be faxed to 253-512-8009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0ffbf52afb0aad9e0a8837b5817e582&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA<br />
Zip Code: 98430-5170<br />
 
Record
SN01788294-W 20090410/090408215856-a0ffbf52afb0aad9e0a8837b5817e582 (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.