Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOURCES SOUGHT

Y -- CONSTRUCTION DESIGN BUILD, LOWEST PRICED TECHNICALLY ACCAPTABLE (LPTA) FOR THE F-16 AGRESSOR SQUADRON OPERATIONS, INFRASTRUCTURE, NELLIS AFIR BASE, NEVADA

Notice Date
9/11/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-S-0008
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Sandy Oliver-Hall, (213)452-3243
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(Sandra.F.Oliver-Hall@spl01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement is seeking 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 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, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB); and/or to proceed with full and open competition as unrestricted. The Government must ensure there would be adequate competition among the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in a Firm Fixed Price contract with a price range of $10,000,000 to $25,000,000. Selection of the successful contractor will be based on the Lowest Priced Technically Acceptable (LPTA) offeror using evaluation criteria that will be established in a future RFP. The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000.00. The Government will use responses to this sources sought to make an appropriate acquisition decision. Concerns must submit a narrative describing their Companys ability to perform work that is comparable to the work described by this synopsis. The Scope of Work will consist of reconfiguration of base electrical distribution system, to include replacement of overhead lines with underground lines, replacement of switches, installation of duct banks, replacement of transformers, and installation of related appurtenances. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The Design portion must be accomplished by qualified, experienced, professional A-E multi discipline firms. These A-E firms must be capable of design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Firms response to this Synopsis shall be limited to 8 pages and shall include the following information (Please number each entry in accordance with information below). 1. Companys name, address, point of contact, phone number, and e-mail address. 2. Companys interest in bidding on the solicitation when it is issued. 3. Companys capability to meet design personnel requirements. 4. Contractor shall demonstrate successful completion of at least three (3) Design Build projects within the last 5 years (3 pages) for the range of $10,000,000.00 to $25,000,000.00. 5. 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. Companys small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, and 8(a). 7. Companys Joint Venture information if applicable existing and potential 8. Companys 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 by fax, email or mail no later than 28 September 2009 by 2:00 PM (PST). All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1040, ATTN: Sandy Hall, CESPL-CT-E, Los Angeles, CA 90017. The email address is: Sandra.F.Oliver-Hall@usace.army.mil. The fax number is: (213) 452-4184. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Anticipated solicitation issuance date is on or about 12 October 2009, and the estimated proposal due date will be on or about 12 November 2009. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-S-0008/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN01951608-W 20090913/090912002122-7aa048a4142cb9879a88c6a059c13e26 (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.