Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOURCES SOUGHT

Y -- SOURCES SOUGHT FOR CONTRACTORS FOR THE CONSTRUCTION OF THE IM PRODUCTION FACILITY AT MCALESTER AAP, OKLAHOMA

Notice Date
9/17/2009
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-09-R-2025
 
Response Due
9/30/2009
 
Archive Date
11/29/2009
 
Point of Contact
tinacox, 9186697088
 
E-Mail Address
US Army Engineer District, Tulsa
(tina.cox@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 SOLICITATIONFOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Tulsa District has been tasked to solicit for and award a contract to include the construction of a building for the use in producing explosives. 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. This sources sought is issued solely for informational, planning purposes and market research in accordance with FAR Part 10. This sources sought is seeking interest from all concerns capable and interested in performing the construction of a building for the use in producing explosives. The construction shall be of tilt-up concrete with concrete foundations and metal roof structure. The building floor space will be approximately 5450 square feet under the base bid with options for an additional 1550 square feet. The building will be constructed to house explosive production equipment which will be provided and installed by the Government after completion. Restrooms, and mechanical, electrical, and fire protection rooms will be included in the construction. Explosion-proof electrical equipment shall be required in the main bay of the building with general purpose electrical requirements in the remainder. Building heating shall be accomplished through the use of steam unit heaters and an in-floor radiant hot water heating system. Utility connections shall be made to existing services by the contractor and shall include water, steam, electric, and sanitary sewer. The construction site is in an active ammunition production area. The contractor shall be required to sign a document acknowledging that he understands the hazards and accepts the risk of working in the area. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236210. Small Business Size Standard for this acquisition is $33.5 Million. Please provide evidence of having satisfactorily performing the follow type of work: 1.Tilt-up concrete construction, a unique technique requiring the coordination of several trades as well as the use of a consulting engineer. 2.The installation of explosion-proof electrical materials and equipment. 3.The installation of as steam heating systems. 4.Construction of new utility connections to existing services on industrial and congested project sites. 5.Work within the explosive quantity distance arcs on an active ammunition facility. Signed a release of liability or otherwise acknowledged and accepted the risk of working in such an environment in the performance of such work. Anticipated solicitation and Award dates are not available at this time. Award will be based on Lowest Price Technically Acceptable to the Government. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Company's name, address, point of contact, telephone and fax numbers, business size/type (Large, Veteran-owned, 8(a), HUBZone, SDB, JWOD, Women-owned, etc.), cage code, email address, web site (if applicable), experience, and an overview of your company. Any information provided is voluntary. Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM, 30 September 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Tina Cox, Contract Specialist, USACE-Tulsa District, 1645 S. 101st E. Ave, Tulsa, OK 74128, FAX No. (918) 669-7495, Email address: tina.a.cox@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. TELEPHONE CALLS WILL NOT BE ACCEPTED. Be advised that the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally all submissions becomes government property and will not be returned. No basis for a claim against the government shall arise as a result from a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-09-R-2025/listing.html)
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN01959963-W 20090919/090918001239-3d9c86c6be70886ed358dee27713f31b (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.