Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOURCES SOUGHT

Y -- Centers of Standardization (COS) Barracks MATOCS, SE Region

Notice Date
7/28/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G10R1XX5
 
Response Due
8/4/2010
 
Archive Date
10/3/2010
 
Point of Contact
Laurie Arvey, 817-886-1163
 
E-Mail Address
USACE District, Fort Worth
(laurie.arvey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an amendment to the SOURCES SOUGHT SYNOPSIS originally published on March 24, 2010. The purpose of this amendment is to clarify the aggregate bonding capacity requirements and proposed minimum and maximum task order amounts. Firms that provided a response to the original synopsis DO NOT need to resubmit unless the information provided in this amendment affects your initial response. Additional information on the Fort Worth COS Program can be found at http://www.swf.usace.army.mil/pubdata/ec/cos/Default.aspx. This announcement seeks 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 U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for and award a project to include: Proposed project will be a competitive, Indefinite Delivery/Indefinite Quantity type contract. Task Orders awarded against the proposed contract will be firm-fixed price. The type of solicitation to be issued 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. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry including Large Business and the Small Business Community to include but not limited to Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The geographic area covered by the proposed contract is the Southeast Region (SER), which consists of AL, FL, GA, KY, MS, NC, SN, and TN. It is anticipated that there will be two Multiple Award Task Order Contracts (MATOCs) awarded in the SER: One MATOC will be composed of work primarily at Fort Benning, GA. The life of this contract will be for a base period of one year with four one-year options or $320 million, whichever comes first. Estimated Construction Range for task orders is between $34 mil and $65 mil. The other MATOC will consist of work primarily at Fort Jackson, SC. The life of this contract will be for a base period of one year with four one-year options or $479 million, whichever comes first. Estimated Construction Range for task orders is between $27 mil and $76 mil. Because of the possibility of awarding simultaneous task orders to a firm, the aggregate bonding capacity requirement is $93 million for each of these MATOC pools. Construction Services to be performed under the resultant firm fixed price contract will consist of designing and constructing Barracks described as follows: Permanent Party Barracks (a.k.a. Unaccompanied Enlisted Personnel Housing (UEPH) dwelling units consisting of apartment-type complexes of two-bedroom, one-bath units with kitchen (1 + 1E module). The project is intended to be similar both functionally and technically to similar housing in the private sector community surrounding the installation. The overall building gross area is based on allocating each occupant 366 gross square feet for buildings up to three stories in height and 388 gross square feet for buildings four stories or higher. The gross square feet per occupant includes the total area of all functional areas required in the building, including all dwelling units, common areas, canopies, and support areas, e.g. stairways, elevators, foyers, corridors, public toilets, janitors closets, and utility room spaces. Transient Barracks, consisting of Basic Training (BT), Advanced Individual Training (AIT), and Warriors in Transition (WT) Barracks. The BT Barracks/Company Operations Facility (B/COF) is comprised of sleeping bays, restrooms, classrooms, storage, laundry areas, scrub rooms and company operations components. The AIT B/COF is comprised of sleeping units, toilets, computer learning centers, multipurpose space, storage, laundry areas, day rooms, and company operations components. The WT Barracks is comprised of two types of standard 2-bedroom apartment units with either 2-bathrooms or 1-bathroom, public toilets, vending, lobby with Charge of Quarters (CQ) station, multi-purpose room, storage, and other support areas. The Army Standard for WT Barracks is a 50/50 ratio of 2-Bedoom, 2-Bathroom apartment units and 2-Bedroom, 1-Bathroom apartment units. Facilities will conform to the Americans with Disability Act (ADA) and the Architectural Barriers Act (ABA) as appropriate. Work may include all site improvements including, but not limited to parking lots, fences, utilities, grading and other infrastructure necessary to support the new facilities. Prospective construction firms must be capable of: providing all resources for successful construction per contract documents; planning and development of construction documents and work phasing if required; a Bentley compatible BIM product; CADD (as-builts, changes, etc.); professional services, geotechnical investigations, environmental investigations, abatement and sampling, construction documentation, cost estimates, value engineering, shop drawings, and construction administration. Additional services may include but are not limited to: topographic and boundary surveys to include data collection and verification, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical requirements as may be designed or required. Any work that requires design changes or environmental compliance must be performed by or under the direct supervision of licensed professional Architect or Engineer. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 30 Sep 2010. 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. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: (1) Offerors name, address, point of contact, phone number, and e-mail address; (2) Offerors interest in bidding on the solicitation when it is issued; (3) Offerors capability to perform a contract of this magnitude and complexity (include offerors capability to execute design and 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) provide at least 3 examples; (4) Offerors Business Size and type of small business (whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Small Business; (5) Offerors Joint Venture information if applicable - existing and potential; and (6) Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Offerors shall respond to this Sources Sought Synopsis no later than 2:00 PM (CST) 4 Aug 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Laurie Arvey, Contract Specialist, at laurie.arvey@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G10R1XX5/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02221237-W 20100730/100728235947-e6aeae6b9df3226042f9a1afcc80c40b (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.