Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOURCES SOUGHT

C -- This is a sources sought only. This is for sources for new construction of Phase I (new women's/infant's & Pediatric center), of the new Fort Bliss Hospital Replacement located in El Paso Texas.

Notice Date
7/6/2009
 
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-FBREPLI-SWF
 
Response Due
8/7/2009
 
Archive Date
10/6/2009
 
Point of Contact
Sharon B Roberson, 817-886-1053<br />
 
E-Mail Address
US Army Engineer District, Fort Worth
(sharon.b.roberson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only. Failure to respond to the market research survey will NOT preclude a company from participating in the resulting solicitation. The U.S. Army Corps of Engineers (USACE), Fort Worth District (SWF) is seeking qualified sources for the construction of Phase 1 (new Womens/Infants & Pediatric Center) of the new Fort Bliss Hospital Replacement (139,786 SF) located at El Paso, Texas. The value is estimated between $100M-$250M and includes an Administrative Facility, Access Control Facility, and central utility plant. The acquisition approach will include the Early Contractor Involvement (ECI) process. This will allow the contractor to become a teaming partner early in the design process, providing preconstruction services concurrent with design effort with an option to execute the construction. Supporting facilities include utilities, site improvements, and parking. The facility will be designed in accordance with (IAW) United Facilities Criteria (UFC) 4-510-01 Design: Medical Military Facilities; UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings; and Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines (ADA/ABAAG), and applicable energy conservation legislation. Operations and maintenance manuals, commissioning, and comprehensive interior design will be provided. Sustainable Design and Development (SDD) and the Energy Policy Act of 2005 (EPAct05) features will be included in this project. This project will be developed for a sustainable rating of silver IAW the U.S. Green Building Council Leadership in Energy and Environmental Design (LEED) Green Building Rating System for New Construction and Major Renovations, Version 2.2. Air Conditioning : Approximately 700 tons. The purpose of this synopsis is to access industry's large and small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB), capability and interest in performing on this project. SWF is investigating how to break out some projects for small business set asides. The applicable North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, which has a small business size standard of $33.5 million. Interested contractors should submit a brief statement of qualifications (not to exceed ten (10) pages). The statement of qualifications should include: 1) Companys name; 2) Companys point of contact, including address, phone number, and e-mail address; 3) Company's interest in submitting a proposal on the solicitation when it is issued; 4) Provide three examples of Company's capability to perform on a contract of this magnitude and complexity. Provide three examples of Include offeror's 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; 5) Identify the Company's type of business and business size whether large business, small business, HUBZone, 8(a), or SDVOSB; 6) Identify intent to team, and, if possible, the anticipated teaming arrangement; and 7) Company's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and FAR Clause 52.219-14, Limitations on Subcontracting. General marketing material should not be included. The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Governments acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. All submittals received will be reviewed for informational purposes. SWF reserves the right to independently verify all information submitted. Interested vendors are encouraged to identify themselves as such at the FedBizOpps website for purposes of furthering teaming arrangements and subcontracting opportunities. Submittals may be made individually or as a prospective team.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-FBREPLI-SWF/listing.html)
 
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
SN01866414-W 20090708/090707000335-b0aee1c643dc63081b7005748c6d5859 (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.