Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

Y -- SOF UAV SQUADRON OPERATIONS/GROUND CONTROL STATIONS, PROJECT NUMBER CZQZ063052, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP11R0014
 
Response Due
12/10/2010
 
Archive Date
2/8/2011
 
Point of Contact
Madeline Livermore, 505-342-3240
 
E-Mail Address
USACE District, Albuquerque
(madeline.e.livermore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For SOF UAV SQUADRON OPERATIONS/GROUND CONTROL STATIONS, PROJECT NUMBER CZQZ063052, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO 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 SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Albuquerque District has been tasked to solicit for and award a project for the restoration of a SOF UAV Squadron Operations/Ground Control Stations, Project Number CZQZ063052, Cannon Air Force Base, Curry County, New Mexico. The 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. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. This project will consist of a two-story steel frame structure with reinforced concrete foundation and slab floor, split faced masonry CMU exterior and standing-seam metal roof. This requirement includes utilities, pavements and site improvements, landscaping, fire protection, communications and all necessary support equipment. Force protection includes reinforcement of interior structure, laminated glass windows and parking barriers. Project will be capable of certification under Leadership in Energy and Environmental Design (LEED) for improved building sustainability. The 3rd Special Operations Squadron (SOS) requires a new squadron operations and GCS facility to support their MQ-1 (and future MQ-9) Predator Unmanned Aerial Vehicle (UAV) 24/7, 365 day/year operations from this location. Key functional areas include the operations center; fixed and mobile ground control stations (GCSs); mission planning; consolidated briefing rooms; current operations; scheduling; flight management; intel, plans, and tactics; mobility and supply; training; and weather. The facility shall be digitally linked with the Air Force (AF) Distributed Ground Stations and Special Operation Facility (SOF) units both deployed and in garrison. Estimated Construction Range: Between $10,000,000 and $25,000,000. 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 21 January 2011, and the estimated proposal due date will be on or about 11 March 2011. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 03 January 2011. 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. "Offerors capability to perform a contract of this magnitude and complexity (include Offerors experience in similar construction 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 small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small 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 this Sources Sought Synopsis no later than 10 December 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Madeline Livermore at madeline.e.livermore@usace.army.mil or fax to (505) 342-3496 or mail to 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP11R0014/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02328967-W 20101119/101117234231-c35a3c8f686d71ba0847ecf21045d170 (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.