Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
MODIFICATION

Y -- ADAL Child Development Center, Cannon Air Force Base (CAFB), Clovis, Curry County, New Mexico

Notice Date
7/2/2009
 
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 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-S-0001
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Madeline Livermore, Phone: 505-342-3240
 
E-Mail Address
madeline.e.livermore@usace.army.mil
(madeline.e.livermore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For ADAL Child Development Center, CAFB, Clovis, Curry County, New Mexico 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 CONTRACTSHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Albuquerque District has been tasked to solicit for and award a project for the adding and altering of the existing Child Development Center at Cannon Air Force Base in Clovis, NM. The Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue 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 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 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. The new construction will provide an expansion to the existing CDC and will enhance the capabilities of the CDC by increasing the capacity of infant, pre-toddler, toddler, and pre-school age child care. It will provide an expansion to the existing kitchen, additional child care rooms, and provide a new administrative area, including offices, reception area, training room, public and staff restrooms, conference room, and laundry room. The CDC will consist of a one-story structure with a concrete foundation and floor slab, steel frame, structural reinforcement of exterior wall finishes, windows, energy efficient HVAC and lighting systems, internal standard communications systems and closed circuit television system (CCTV), standing seam sloped metal roof, and all necessary utility support. The CDC project will also provide exterior play areas, including playground equipment for the children in the appropriate age groups and store rooms for playground toys. The project includes Americans with Disabilities Act requirements and a wet pipe fire suppression sprinkler system and alarm system. The CDC project will require phasing to ensure the existing CDC can remain operational during the construction. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. 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 overall Lowest Price Technically Acceptable (LPTA) to the Government. Anticipated solicitation issuance date is on or about 24 August 2009, and the estimated proposal due date will be on or about 28 September 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 07 August 2009. Offerorsresponse 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 experience in similar construction 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 July 15, 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Madeline Livermore, Contract Specialist, USACE-SPA, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. FAX No. 505-342-3496. Email address Madeline.e.livermore@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-09-S-0001/listing.html)
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM<br />
Zip Code: 87109-3435<br />
 
Record
SN01865081-W 20090704/090703001918-3ca9597c99a54dbb783b69f1aa3cdcc1 (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.