Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
MODIFICATION

Y -- F-35 Academic Training Center (ATC)and F-35 Squadron Operations Facility, Luke AFB, AZ

Notice Date
1/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-11-S-0001
 
Response Due
1/24/2011
 
Archive Date
3/25/2011
 
Point of Contact
Sandra Oquita, Phone: 213 452-3249, Tracey Daggy, Phone: (213) 452-3239
 
E-Mail Address
sandra.oquita@usace.army.mil, tracey.i.daggy@usace.army.mil
(sandra.oquita@usace.army.mil, 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 between $25,000,000.00 to $100,000.00. Selection of the successful contractor will be based on Best Value Trade-Off 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 company's ability to perform work that is comparable to the work that encompasses the COMBINED projects entitled F-35 Academic Training Center (ATC) and F-35 Squadron Operations Facility, Luke AFB, AZ, a preferred location as described by this synopsis. Construction is dependent of the results of a Record of Decision that will be made to select the final location for the F35 Training Facility. Both projects are traditional design-bid-build projects to support a new mission bed down. Both facilities will comply with the Special Access Program Facility (SAPF) security specifications, DoD force protection requirements per unified facilities criteria and meet and be certified LEED Silver. The Scope of Work for the F-35 Academic Training Center (ATC), Luke AFB, AZ will consist of the following: This project provides for the construction of a 13,489 SM (145,195 SF) multi-story sprinkler-equipped facility with site improvements. The facility will house academic training classrooms and virtual trainers as well as administrative support space, general storage, mechanical, electric equipment and communications, fire protection, utilities and parking. New construction will consist of a concrete foundation, tilt-up construction (split faced concrete block over steel frame) and sloped standing seam metal roof. Demolition required for relocation of functions of two buildings (4,565 SM/ 49,137 SF). The Scope of Work for the F-35 Squadron Operations Facility, Luke AFB, AZ will consist of the following: This project provides for the construction of a 2,070 SM (22,281 SF) Sprinkler-equipped facility to house flight planning, air crew briefing/debriefing and training in a secure environment, administration, storage and issue of flight crew life support system equipment. The facility also includes general storage, mechanical, electric equipment and communications, fire protection, utilities and parking. New construction will consist of a concrete foundation, split faced concrete block and sloped standing seam metal roof. Demolition required for relocation of functions of two buildings (338 SM/ 3,638 SF) 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's name, address, point of contact, phone number and e-mail address. 2. Company's 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 between $25,000,000.00 to $100,000,000. 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's 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's Joint Venture Information if applicable existing and potential. 7. Company's 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 24 January 2011 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: Sandra Oquita, CESPL-CT-E, Los Angeles, CA 90017. The email address is: sandra.oquita@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 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-11-S-0001/listing.html)
 
Place of Performance
Address: Los Angeles, California, 90017, United States
Zip Code: 90017
 
Record
SN02362662-W 20110121/110119234313-d3ddd15d091ec95ec0bdac1c42733b9e (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.