Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

Y -- Joint Intel Technical Training Facility at Goodfellow AFB

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S10R6005
 
Response Due
12/1/2009
 
Archive Date
1/30/2010
 
Point of Contact
Carmen N Terrell, 501-324-5721
 
E-Mail Address
USACE Little Rock District
(carmen.n.terrell@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. The Government must ensure there is adequate competition among the potential set- aside 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 one Firm Fixed Price contract with a ceiling price of $15,000,000.00. Selection of the successful contractor(s) will be based on the Best Value Process using evaluation criteria that will be established in a future RFP. This contract shall apply to project site at Goodfellow AFB for a design-bid-build (D-B-B) for the construction of the JITTF at Goodfellow AFB, Texas. An adequate and properly configured Intelligence academic training and administrative support facility is required to meet student training load, facility space and facility capability requirements identified in the AETC Intel Image 2020 Area Development Plan. This project supports new and expanded intelligence training programs and is driven by Public Law 108-458, Dec 2004 (Reform intelligence community and intelligence-related activities), Office of the Director of National Intelligence, Nation Intelligence Strategy, CSAF transformation of ISR as part of AF Transformation, and Air Force Future Total Force, moving traditional active-duty missions to AF Reserve and Guard components. NACIS code 236220/ $33.5 M, the Standard Industrial Classification Code for this procurement is Subsector 236, Construction of Buildings. The Small Business Size Standard is $33,500,000.00. Concerns must submit a narrative describing their Companies ability to perform work that is comparable to the work described by this synopsis. The work will consist of a Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firms response to this Synopsis shall be limited to 3 pages and shall include the following information (Please number each entry in accordance with information below). 1. Companys name, addresses, 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, if applicable 4. Companys capability to perform a contract of this magnitude and complexity and have successfully completed at least three (3) Design Build projects within the last 5 years (1 pages). 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 (1) pages each. 6. Company shall demonstrate successful completion of one additional horizontal construction project of a same or similar nature with magnitudes in excess of $2 million. 7. Company small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) and Woman Owned Small Business. 8. Company Joint Venture information if applicable existing and potential 9. Company Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firms shall respond to this Sources Sought Synopsis no later than 1 December 2009 by 2:00 PM. All interested firms must be registered in CCR http://www.ccr.gov/Contractors.aspx to be eligible for award of Government contracts. Please provide a DUNS number to verify CCR registration and ORCA. Mail your response to Ms. Carmen N. Terrell, USACE, Little Rock District, 700 West Capitol Ave., Room 1040, Little Rock, AR 72203 NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED. Anticipated solicitation issuance date is on or about 20 December 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. Contracting Office Address: US Army Corps of Engineers, CESWL-CT, Little Rock, AR 72203 Point of Contact(s): Carmen N. Terrell, (501)324-5720 ext 1160
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S10R6005/listing.html)
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02002112-W 20091112/091111000306-e967c3ddae2c18e6a47da93da9239526 (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.