Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2006 FBO #1843
SOURCES SOUGHT

Y -- FTW306, Design/Build Railhead Operations Facility (Phase I), Ft. Wainwright, Alaska,

Notice Date
12/11/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-07-R-0014
 
Response Due
1/12/2007
 
Archive Date
3/13/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Project Title: Design/Build Railhead Operations Facility (Phase I), Ft. Wainwright, Alaska, UPC: FTW 306. This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal and does not obligate the Government to any con tract award. The purpose of this sources sought synopsis is to determine interest and capability of potential qualified Certified Service Disabled Veteran-Owned Small Business, or an SBA approved Joint Ventures (JV). To make appropriate acquisition for t he above project, the Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to award a firm fixed-price contract. (1) PROJECT INFORMATION: The combined product of Phase I and II will be a n ew railhead operations facility that will provide additional loading/unloading spurs, concrete end-ramps, hardstand for marshaling tactical vehicles, a container transfer pad, lightning protection, rail operations building, security fencing, and high-mast lighting for 24-hour operations. Phase I (FTW 306) will consist of removing approximately 1 mile of existing track (demolition) and adding approximately 3 miles of new track, including a four-spur loading termination. Work will include grubbing and gradi ng and preparation of the railroad bed to Alaska Railroad (AKRR) standards. New track will be installed in accordance with AKRR standards. The project will also include an RFAIT [Radio Frequency and In-Transit] system, which, for Phase I, will consist of a telephone line and a pole. Some Lighting at the spur termination will also be included in Phase I. Period of performance is approximated 450 calendar days. The total Program Amount for the anticipated contract is $8.8M. Joint Ventures demonstrating the necessary qualifications will be considered and are encouraged. To be considered a qualified Certified Service Disabled Veteran-Owned Small Business, a firm must meet the criteria of the Federal Acquisition Regulation (FAR) and the Small Business Admi nistration (SBA) for North American Industry Classification System (NAICS) code 237990. The Small Business size standard is $31,000,000. Interested firms that meet the requirements for this project are invited to respond to this sources sought synopsis v ia e-mail, courier, or mail to the attention of Kevin Maloy; e-mail kevin.j.maloy@poa02.usace.army.mil; physical address: Building 2204 3rd Street, Elmendorf AFB, Alaska; or mailing address: U.S. Army Corp of Engineers, Alaska District, (CEPOA-CT-CM-Maloy) , P.O. Box 6898, Elmendorf AFB, AK 99506-0898. Responses must be received no later than 2:00 p.m. Alaska Standard Time, on January 12, 2007. The following information is requested: (a) Name of firm with address, phone number, facsimile number, e-mail a ddress, and point of contact. (b) State whether the firm is a Service Disabled Veteran-Owned Small Business or an SDVOSB JV. (c) State whether the firm can furnish bid bonds (20% of total contract bid amount) and Performance and Payment bonds (100% of the awarded contract amount). (d) Responses should indicate specialized experience and technical competence in sub-arctic housing construction and utilidor construction. (e) Documentation describing past similar efforts, including whether the firm was prime contractor or subcontractor. (f) Verification that the firm can provide, from a federally qualified surety, a written letter attesting to the firms ability to provide performance and payment bonds for $8.8M. REMINDER: Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation Call 1-888-227-2423 for CCR information or visit the CCR website at http://www.ccr2000.com. Firms must also be registered in the Onlin e Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, vis it the ORCA website at http://orca.bpn.gov.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01194494-W 20061213/061211220749 (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.