Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOURCES SOUGHT

Y -- Design/Build Temporary Unit of Action Facility, Fort Bliss, Texas

Notice Date
6/16/2005
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-BBBZ
 
Response Due
6/27/2005
 
Archive Date
8/26/2005
 
Small Business Set-Aside
N/A
 
Description
THIS PROJECT INCLUDES THE NAICS CODE 236220.THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. U.S. Army Corps of Engineers, Fort Worth District, s olicits for Capability Statements from all qualified Service Disabled Veteran Owned Small Business, 8a firms, and HubZone small business firms to participate in a design and build construction solicitation for a Temporary Unit of Action. The 2002 NAIC S Code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the small business size standard is $28.5 Mil. Federal Supply Code is Y199, Construction of facilities/other miscellaneous. Under FAR guidelines, the pri me contractor must have the capability to perform at least 20 percent of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this project as either a competitive Service Disabled Veteran Owned, 8a or HubZone Small Business or Unrestricted. The proposed acquisition will be a design-build solicitation. Proposals will be evaluated using source selection procedures that will result in award o f a firm-fixed price design/build contract to the responsible offeror whose proposal, conforming to the solicitation, is the BEST VALUE to the Government, price and technical factors considered. Offerors will be required to submit technical and price prop osals for the project. The proposed project will consist of the design and construction of a Temporary Unit of Action Facility. The project consists of design and construction of a temporary modular building Complex, to temporarily support the stationing of a Brigade Combat Team, approximately 3,800 personnel, on Biggs Army Air Field, Ft Bliss, Texas. The primary facilities will in clude barracks; administrative facilities; unit storage; vehicle maintenance shops; vehicle maintenance storage/administrative facilities; dining facility; laundry rooms, arms rooms, day rooms & classrooms. Also included are connection to & distribution to all utility systems  potable water; sanitary sewer with lift station; natural gas; electrical; storm drainage & information systems. Site work  asphalt pavement; fencing; paved roads; sidewalks; clearing and grubbing; erosion control; outdoor lighting a nd landscaping. Phase I (211 buildings in place = 486,807SF), Phase II (211 buildings in place = 405,658 SF), Phase III & IV (151 buildings in place = 261,930SF). Project completed October 2005. Estimated value is the Defense Federal Acquisition Regulation Supplement stated Range between $100,000,000 and $250,000,000. The project has an aggressive schedule requiring all work to be completed in approximately 270 days. Performance and Payment Bonds of $48,000,000 each will be required for the project. The G overnment invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, foll owing the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years of similar design/build work within the same dollar value magnitude of this notice adjusted for inflation . Each project reference shall include the customer name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate w hether your firm was the prime contractor or subcontractor on similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbe rs, project titles, dollar amounts, project duration, owner points of contact and evidence of the following specific capabilities: 1. Relevant experience with Department of Defense work within the last 3 calendar years, for projects of similar size, scope, and complexity as a $150M-$200M project involving Design/Build infrastructure site development coupled with the furnishing of ei ther permanent construction or modular structures to serve as housing, administrative and services facilities. Identify your efforts as a Prime or Subcontractor and percentage of work performed by your company. Project duration 2. Relevant experience in developing change proposals and recommending alternative solutions to design discrepancies for projects completed within the last 3 calendar years for construction projects of similar size, scope, and complexity as a 150M-$200M De sign/Build infrastructure site development coupled with the furnishing of either permanent construction or modular structures to serve as housing, administrative and services facilities. Identify your efforts as a Prime or Subcontractor. Identify your efforts as a Prime or Subcontractor and Percentage of work performed by your company. Project duration. 3. Include letter from Bonding Company stating bonding capacity for single contract and aggregate maximums. 4. Current work load: Project description and location, contract value, prime or subcontractor, percentage of work to be performed on the project if subcontractor, and percentage complete. Project duration 5. Recent contract experience of being able to complete both construction and design a project of a similar magnitude within a 270 calendar day performance period. The subject project is located in El Paso Texas. El Paso Texas is not located near any oth er domestic urban centers. Currently within the El Paso Area there is a large volume of public school construction, non-Federal Government construction, university construction, and Federal Government construction either commencing or currently under cont ract. Performance of this contract may require the importation of skilled workers from other geographic areas. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any co mmercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Army in tailo ring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents w ill not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran, 8a, or HubZone firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Barbara.J.Zimmer@swf02.usace.army.mil or mailed to U.S. Army Corps of Engineers, 819 Taylor Street, Room 2A19, ATTN: CESWF-CT-C (ZIMMER), Fort Worth, Texas 76102. Responses must be received no later than June 27, 2005 by 3 pm, CDT.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00831306-W 20050618/050616212322 (fbodaily.com)
 
Source
FedBizOpps.gov 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.