Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOURCES SOUGHT

Y -- HC-130J Flight Simulator Facility / HC-130J Rescue Squadron Operations Facility, Davis-Monthan Air Force Base, Arizona

Notice Date
11/24/2009
 
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-0010
 
Response Due
12/11/2009
 
Archive Date
2/9/2010
 
Point of Contact
Tracey Daggy, (213)452-3239
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(tracey.i.daggy@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), Woman-Owned Small Business (WOSB), 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 $10,000,000.00 - $25,000,000.00. 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 that encompasses the COMBINED projects entitled HC-130J Flight Simulator Facility, Davis-Monthan AFB, AZ and HC-130J Rescue Squadron Operations Facility, Davis-Monthan AFB, AZ as described by this synopsis. The Scope of Work for the HC-130J Flight Simulator Facility, Davis-Monthan AFB, AZ will consist of the following: This project provides for the construction of a 1,256 SM (13,517 SF) HC-130-J Flight Simulator Facility. The new building will house one simulator (for an HC-130J aircraft) and associated support facilities. Support facilities consist of administration, training, mission planning, and maintenance functions. New site construction at the Simulator site consists of rigid pavement (concrete aprons), flexible pavement (access roads and parking area expansion), an electrical yard, a dumpster enclosure, an aggregate surface turnaround, concrete stoops and pads, CMU walls, sidewalks, curb and gutter, drainage ditches and swales, a detention pond, and associated service utilities. Concurrent construction consisting of a Rescue Squadron Operations Facility and a Central Chiller Plant (Infrastructure Project), will occupy the same site as the Simulator Facility. The Scope of Work for the HC-130J Rescue Squadron Operations Facility, Davis-Monthan AFB, AZ will consist of the following: This project provides for the construction of a 2,323 SM (25,000SF) HC-130-J Rescue Squadron Operations Facility. The new building will house personnel supporting the Rescue Squadron (RQS) HC-130J flight operations mission and contains administration, planning, and briefing facilities. New site construction at the RQS Operations site consists of rigid pavement (concrete aprons), flexible pavement (access roads and parking area), an electrical yard, a dumpster enclosure, concrete stoops and pads, CMU walls, sidewalks, curb and gutter, drainage ditches and swales, and associated service utilities. Concurrent construction consisting of a Flight Simulator Facility and a Central Chiller Plant (Infrastructure Project), will occupy the same site as the Rescue Squadron Operations Facility. 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. Firms response to this synopsis shall be limited to 8 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Company name, address, point of contact, phone number and e-mail address. 2. Company interest in bidding on the solicitation when it is issued. 3. Contractors shall demonstrate successful completion of at least 3 similar projects within the last 5 years for the range of $10,000,000.00 to $25,000,000.00. 4. Brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples maximum 3 pages each. 5. Company Small Business category and Business size (Small Business, HUB Zone, Woman Owned Small Business, Service Disabled Veteran Owned Small Business, and 8(a)). 6. Company Joint Venture Information if applicable existing and potential. 7. Company 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 regular mail no later than 11 December by 2:00 P.M. (PST). All interested firms must be registered in CCR (Central Contractor Registration) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1400, ATTN: Tracey Daggy, CESPL-CT-E, Los Angeles, CA 90017. The email address is: tracey.i.daggy@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. The Government intends to advertise a related small business set aside project entitled HC-130J Infrastructure Project, Davis-Monthan AFB, AZ approximately four months prior to advertising the HC-130J Flight Simulator Facility / HC-130J Rescue Squadron Operations Facility, Davis-Monthan AFB, AZ project. Anticipated solicitation issuance date for the Infrastructure project is on or about 15 January 2010, and the estimated proposal due date will be on or about 15 February 2010. Anticipated solicitation issuance date for the HC-130J Flight Simulator Facility / HC-130J Rescue Squadron Operations Facility project is on or about 31 May 2010 and the estimated proposal due date will be on or about 1 July 2010. The official synopsis citing the solicitation numbers will be issued on the Federal Business Opportunities website (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-0010/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
SN02010831-W 20091126/091124235559-963cc45a6e7712e15c8172689786b9d9 (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.