Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2011 FBO #3617
MODIFICATION

Y -- Maneuver Systems Sustainment Center (MSSC)at Red River Army Depot (RRAD), Texarkana, Texas

Notice Date
10/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-R-0237
 
Response Due
10/28/2011
 
Archive Date
12/27/2011
 
Point of Contact
Rupkalvis, (817) 886-1084
 
E-Mail Address
USACE District, Fort Worth
(gregg.m.rupkalvis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an Amendment to SOURCES SOUGHT SYNOPSIS originally posted September 20, 2011. This announcement seeks 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project/procurement for the construction of Maneuver Systems Sustainment Center (MSSC) for tactical wheeled vehicles at Red River Army Depot, Texarkana, Texas. Proposed project will be a competitive, Firm-Fixed Price contract. The type of solicitation to be issued 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 industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT 1. Measurable unit of the procurement: 200,000SF 2. Construction Criteria: The Government is seeking qualified, experienced and reliable sources capable of performing construction of a Maneuver Systems Sustainment Center (MSSC) for tactical wheeled vehicles complete rebuild & assembly (recapitalization) at Red River Army Depot, Texarkana, Texas. This includes construction of the Assembly Building, hardstand and covered staging/fuel area with an approximate size of over 200,000 SF. Antiterrorism/force protection measures include a mass notification system. Project also includes fire protection systems that connect to the installation's central system, future connection capability of building automation systems to a depot-wide central Energy Monitoring and Control System (EMCS), and building information systems. Supporting facilities include connections to all required utilities (industrial and domestic), exterior lighting, lightning protection, loading areas, storm water management, and site work. Special foundations are required as is requirements for specialized processes involving hazardous chemicals and specialized construction for follow on equipment layout, and coordination with multiple contractors. Heating and air conditioning will be provided by self-contained units. Access for individuals with disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided; a Silver rating in LEED 2.2 is required to be certified. Air Conditioning (Estimated 40 Tons). (a) Additionally, requirements include the following features in terms of complexity: (i) Anti-Terrorism and Force Protection (ii) Industrial systems (compressed air distribution system, production power distribution, waste collection systems {chromate & phosphate} including oil/water separation and lift station pumping) (iii) Building envelope air barrier system and building air leakage testing (iv) Insulated tilt wall concrete panels (v) Mechanical systems for air quality in both industrial shop areas and office spaces: a. Carbon Monoxide and Nitrogen Dioxide (vehicle exhaust) sensing and ventilation, with control interlocks with roll up doors (life safety requirement). b. Carbon Dioxide controls for conference room and make up air systems. (vi) Energy recovery on air handling equipment- entropy wheel. (vii) Four-pipe chill water/boiler systems for HVAC. (viii) Grease trap system in cafeteria (ix) Integrated installation of communication/data with existing plant systems (x) Enhanced controls for HVAC energy monitoring and control, with controls of lighting and process equipment for off- hour shut down and reporting. Requires coordination across mechanical, electrical, fire alarm and communication system installations. 3. Estimated construction range IAW with FAR 36 and DFARs 236: $25-$100M 4. NAICS Code: 236220 5. SB Size Standard: $33.5M 6. Bonding Requirements: $35-$45M 7. Geographical scope information: Red River Army Depot, Texarkana, TX 8. Statement - 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. 9. Prior Government contract work is not required for submitting a response under this sources sought synopsis. 10. Procurement will be solicited in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The government anticipates using "Best Value" trade-off process however, the results and analysis of the market research will finalize the determination of procurement method. Anticipated pre- solicitation issuance date is on or about November 2, 2011, the solicitation date on or about November 16, 2011, and the estimated proposal due date will be on or about December 15, 2011. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity. Include firm's capability to execute construction, comparable work performed within the past 5 years. 4. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 5. Firm's Business Size and/or small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), Women Owned Small Business (WOSB) or HBCU/MI) 6. Firm's ability to manage a project of this complexity 7. Firm's Joint Venture and/or teaming information if applicable 8. Firm/ Joint Venture/ team Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm's shall respond to this Sources Sought Synopsis no later than October 28, 2011, 2:00PM CDT. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to LTC Gregg Rupkalvis, 819 Taylor Street, Room 2A19, Fort Worth, YX 76102 or email: gregg.m.rupkalvis@usace.army.mil or fax 817-886-6407. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0237/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02609147-W 20111020/111018234319-776a5a046c8267c5d3597481435f1579 (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.