Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOURCES SOUGHT

Y -- Sources Sought for Consolidated Air Opperations Facility

Notice Date
10/27/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-R-4010
 
Response Due
3/25/2011
 
Archive Date
5/24/2011
 
Point of Contact
Jay Denker, 816-389-3934
 
E-Mail Address
USACE District, Kansas City
(jay.b.denker@usace.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 SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for preconstruction and construction services using the Early Contractor Involvement (ECI) method for the Consolidated Air Operations project located at Whiteman AFB, MO. The ECI method is similar to the Construction Manager at Risk method. The Government proposes to issue a fixed price incentive ECI type contract for this project. 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 the Community of general contractors to compete and perform a fixed price incentive ECI type contract. The Government must ensure there is adequate competition among the potential pool of available contractors. The general scope of work includes, but is not limited to: Construct a 2 story, 79,190 sq ft facility on Whiteman AFB flight line for all squadrons assigned to the 509th Bomb Wing (including Air National Guard), plus 509 OSS. Scope includes site development, utilities, parking, concrete foundation, sensitive compartmented information facility (SCIF), emergency power and a masonry exterior. Room layout provides mission and weapons planning, briefing and intelligence, base operations, life support and alert facilities. Demolish one building totaling 76,488 sq ft. Minimum Department of Defense Antiterrorism measures will be required. Sustainable Design and Development (SDD) and energy policy act of 2005 features will be included. The project will be constructed to qualify for, as a minimum, the Silver rating as defined by the U.S. Green Building Council Leadership in Energy and Environmental Design (LEED) Green Building Rating System for New Construction and Major Renovations, Version 3.0. Offerors should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Estimated construction range: Between $10M - $25M. Estimated duration of construction project is 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $31 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 this sources sought synopsis. All technical evaluation factors and subfactors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans will be evaluated. Offerors response to this synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offeors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute 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. Offerors type of business and business size. (Whether large business, small business, HUB Zone, Service Disable Veteran Owned Business, 8(a)). Offerors Joint Venture information if applicable existing and potential. Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested offerors shall respond to the Sources Sought Synopsis no later than 1:00 PM (CST) 10 November 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail or e-mail your response to Jay Denker, Contract Specialist, 601 E 12th Street, Room 647, Kansas City, Missouri 64106. E-mail address: jay.b.denker@usace.army.mil. E-mail is the preferred method when receiving responses to this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-4010/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02317708-W 20101029/101027234140-2c652653498c9d6c197010e72447e677 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.