Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOURCES SOUGHT

Y -- Market Survey to determine if there are certified Service-Disabled Veteran-Owned Small Businesses interested in the procurement for the Design and Construction of the Combined Arms Collective Training Facility (CACTF) Phase 1 Ft. Dix, NJ.

Notice Date
2/16/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QRCACTFFTDIXNJ2
 
Response Due
3/1/2006
 
Archive Date
4/30/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This market survey is to determine if there would be a reasonable response to set this procurement aside for a Service-Disabled Veteran-Owned Small Business. The project is to Design and Construction the Combined Arms Collective Training Facility, Ph ase 1 consisting of downrange and support components. Primary facilities within the downrange component include facility training stations/structures with video surveillance cameras that simulate an urban setting(one-story warehouse, two-story office, one- story services stat ion, one-story business(2each), three story hotel w/ basement, police station w/basement jail, church and cemetery, and one-story bank). Primary facilities with in the support component include a covered mess facility; a heated and airc onditioned after act ion review(AAR) building with two conference/AAR rooms, two projection/hardware rooms, and an AAR control room; a heated and air conditioned Range Operations Center(Large) with instrumentation and targetry control room; administrative areas, storage areas, target storage and issues area, equipment storage and issue area, equipment storage and maintenance area with oil/water separator, and mechanical/electrical room with oil/water seperator; Latrine, Dual Sex, Aerated Vault w/occupied bu ilding separator,wate r wells and distribution lines, and occupied buildings sanitary sewer systems tied to a central septic system with collection lines, septic tank and drain field.Supporting facilities include sited improvements; electric service infras tructure, including ex terior lighting and range power and data transfer cabling;information system infrastructure;AT/FP requirements;grading and drainage;clearing and grubbing; and streets, parking and turning pads. Targetry will consist of three-dimensio nal precision and non- precision targets and will be funded by other procurement, Army(OPA). AT/FP measures are provided for the occupied buildings in the support components;including laminated glass windows and reinforced frames, 18GA metal exterior doors , entrance/exit protect ion safe-haven area; safe-haven communications, personnel altering systems, and emergency lighting. Site AT/FP measures include visual screening, appropriate stand-off distances, and security lighting. This project has a target awar d date of 30 August 20 06. The estimated performance period is 500 days. NAICS code is 236220. The estimated cost range is $10 to $25 million. 20% of the work shall be performed by the general contractor. All interested hubzone certified businesses should reply to this offi ce in writing NLT COB 1 March 2006. Please email the following information to Pam Kaelin at pamela.l.kaelin@lrl02.usace.army.mil. Title your email Market Survey Response for CACTF Ft. Dix, NJ. Identify your small business status, past ex perience describ ing completed projects similar to this one, with the percentage of work you self performed on them, your capability of obtaining performance and payment bonds in the amount identified in the range above, and how you might perform the subje ct project. NOTE : If an insufficient number of responses are recieved from Service-Disabled Veteran-Owned Small Businesses this procurement will be issued Full and Open. This is NOT a Request for Proposals.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00989809-W 20060218/060216212950 (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.