Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOURCES SOUGHT

Y -- A MARKET SURVEY is being conducted to determine if there are adequate 8(a), Hubzone or SDVSB contractors for this proposed contract - Design and Construction of an Unmanned Aerial Vehicle (UAV) Complex at Ft. Campbell, KY.

Notice Date
6/2/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-11-FTCAMPBELLUAV
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
Point of Contact
Chris Brackett, 502-315-6211
 
E-Mail Address
USACE District, Louisville
(christopher.t.brackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate 8(a), Hubzone or SDVSB contractors for this proposed contract for a Competitive Set-Aside Award. The proposed contract will be for the design and construction of an Unmanned Aerial Vehicle (UAV) Complex to include a 133,000 SF standard design operations and maintenance hangar, 17,000 company operations facility with 3,000 SF covered hardstand, runway extension, taxiways, taxiway extension, apron, ramp, aircraft run-up area, and 1,500 SF remote switching station. Work also includes building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring and 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 and air conditioning will be provided by self-contained systems. Antiterrorism and Force Protection 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 as required. Air Conditioning (Estimated 171 Tons). This project is planned for advertising in October 2011. Contract duration is 670 days. NAICS Code is 236220. The estimated cost range is between $25,000,000 and $100,000,000. 20% of the work is to be self-performed. All interested SBA HUBZone certified or SBA 8(a) certified or SDVOB contractors should notify this office in writing by mail or fax by 12:00 PM on June 16, 2011 Louisville local time. Responses must include (1) Identification of the company as either SBA HUBZone certified or SBA 8(a) certified or SDVOB, (2) Past Experience - describe at least three completed aviation hangar projects including the development of approach aprons and extension of existing taxiway and runway paving. Work experience should include the development of hangar support appurtenances including fire suppression systems, deluge tank systems, taxiway and runway lighting, perimeter roadway and security fencing systems. Any further experience with supporting structures in direct association with aviation hangar complexes (e.g. aviation administration facilities, aviation operational support facilities, aviation maintenance support facilities, etc.) should be described. Project experience should reflect facilities that are similar in size (greater than $25,000,000 construction cost) and scope (greater than 100,000 SF) of the proposed project, the percentage of self-performed work, how the project was accomplished, and performance rating for the work, (3) letter from bonding agency indicating performance and payment bonds approval for the project in the dollar range listed above ($25,000,000 to $100,000,000), and (4) a statement verifying the contractor will perform 20% of the work and how it will be accomplished. NOTE: If qualified SBA HUBZone certified, or SBA8(a) certified, or SDVOB contractors do not provide satisfactory responses, this planned contract action will be approved for full and open competition. Send responses to: US Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, ATTN: Chris Brackett, Louisville, KY 40202 or by email to Christopher.t.brackett@usace.army.mil. NOTE: This is NOT a Request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-FTCAMPBELLUAV/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02463018-W 20110604/110602235238-1c530a1106a1a254a5a4c6b5fae78339 (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.