Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
MODIFICATION

Y -- FTR251 - Construct a Standard Design Brigade Combat Team (Light) Comlpex, Phase 1A Barracks - FTR251 - Sources Sought Notice

Notice Date
3/31/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-S-FTR251
 
Archive Date
5/17/2011
 
Point of Contact
Aldone Graham, Phone: 907-753-2528
 
E-Mail Address
Aldone.R.Graham@usace.army.mil
(Aldone.R.Graham@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FTR251 - Sources Sought Notice ARMY CORPS OF ENGINEERS - ALASKA DISTRICT SOURCES SOUGHT NOTICE DATE: 30 March 2011 TITLE: Y- Construct a Standard Design Brigade Combat Team (Light) Complex, Phase 1A (480 space barracks) SOURCES SOUGHT NO: W911KB-11-S-FTR251 SOLICITATION NO: W911KB-11-R-0020 RESPONSE DATE: 2 May 2011 Classification Code: Y - Construction of structures and facilities Contracting POC: Aldone Graham (907)753-2528 SOURCES SOUGHT SYNOPSIS: This Sources Sought announcement is part of a market survey for information to be used for preliminary planning purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineer, Alaska District is seeking sources for the construction of a standard design Brigade Combat Team (Light) Complex, Phase 1A Barracks; Fort Richardson, Alaska. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various general contractors in order to make an appropriate acquisition strategy for the above project. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award a prime contract for the required services. Interested sources must state whether they are capable of providing services required for the facility construction. The Government must ensure there is adequate competition among the potential pool of available contractors. The proposed acquisition/s will consist of construction of the aforementioned Brigade Combat Team (Light) Barracks, Fort Richardson, Alaska. PROJECT INFORMATION: The project consists of the construction of a 480 space barracks, living and sleeping quarters, baths, storage, service areas, keyless entry, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating (gas fired boilers) will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Remediation of contaminated soil and furnishings for all facilities will be accomplished with other appropriations. ESTIMATED CONSTRUCTION RANGE: Between $80M - $100M for the project. ESTIMATED DURATION : 540 - 720 days. North American Industry Classification System (NAICS) code is: 236220. Small Business Size Standard 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. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Offerors responses to this synopsis for the following questions are sought from prospective prime contractors. Responses shall be limited to 5 pages. • Offerors name, address, point of contact, phone number, and e-mail address. • Offerors statement of interest in proposing on the solicitation/s as a prime contractor when issued. • Offerors capability to perform a contract of this magnitude and complexity (include offerors capability to execute the required construction, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project). • Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled 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). • Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. • Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Alaska Standard Time, on 2 May 2011. All interested contactors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: via facsimile at (907)753-2544 or preferably via e-mail to the attention of Aldone R. Graham at aldone.r.graham@usace.army.mil. You may also mail your response to: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Aldone Graham) PO Box 6898 Elmendorf AFB, AK 99506-0898.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-S-FTR251/listing.html)
 
Place of Performance
Address: Fort Richardson, Alaska, Fort Richardson, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02414124-W 20110402/110331234632-cb26007dd7deffae01b61c17a8dda3c8 (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.