SOURCES SOUGHT
Y -- Design and Construction of the Institute of Aerospace Medicine, Wright Patterson Air Force Base, Ohio
- Notice Date
- 1/4/2007
- 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
- W912QR-07-IAMWPAFB
- Response Due
- 1/31/2007
- Archive Date
- 4/1/2007
- Small Business Set-Aside
- N/A
- Description
- Market surveys are being conducted to determine if there are qualified contractors that meet the specific criteria for the following proposed project authorized by The National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC) ). The project is located in Ohio at Wright Patterson Air Force Base. The applicable NAICS Code is 236220, which is for General Construction. The proposed contract will be for the design and construction of the Institute of Aerospace Medicine complex approximately 680,000 SF. Primary facility(s) includes administration space, classrooms, laboratories, radioactive storage, liquid oxygen & nitrog en storage, high bay areas, medical clinic space, space for centrifuge and hyperbaric chambers, auditorium and conference areas. Laboratory space includes medical research lab space, acoustical, visual, vestibular, cognitive, psychopharmacological and the rmal-stress lab space, and high tech research lab space. Supporting facilities include all site utilities, fire protection systems (including sprinklers, detection devices, and alarms), information systems, access roads and parking, paving, walks, curbs, and gutters, storm drainage, and site improvements. Project shall provide all required anti-terrorism/force protection measures. Access for individuals with disabilities will be provided. Project shall provide all required anti-terrorism/force protection measures. Access for individuals with disabilities will be provided. This project is planned for advertising in November 2007, with award scheduled in March 2008. Contract duration is 930 days. The estimated cost range is between $100,000,000 and $250,000,000. Based on the results of this market survey and ongoing program development decisions, this project could be advertised and evaluated using one of the following acquisition methods: 1) Best Value Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technicall y Acceptable Process LPTA (15.101-1); or 3) Two Phase Design/Build Process (FAR 36.303) and will be awarded as Design-Build contract. All businesses interested in submitting a response should notify this office by mail NLT 31 January 2007, 2:00 pm Louisville time. Response must also include the following information: 1. The county in which your business is located. 2. Project of interest clearly identified. 3. Identification of the appropriate business category (large business, SBA HUBZone certified, etc.) of your business. 4. Submittal of proof of projects completed by your business. Proof includes the name of the project, the construction start and completion date, the final dollar amount of the contract and a short description of your businesss role and work performed (l ess than 200 words) and a Point of Contact and phone number for the owner of the project. To be considered you must: a. Have served as the prime contractor (add joint venture information if applicable). b. The work must have been successfully completed within the last five years and be a Design Build project. c. The projects must be similar in size, scope and dollar value to the project(s) of interest. d. Percent of self-performed work and how it was accomplished. e. A letter from your bonding company stating that you are bondable for the project indicated in numbered paragraph 2 above. Please submit the information requested above to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Erin Quinn; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202. Responses that are faxed or e-mailed will not be considered. Thi s is NOT a request for proposal.
- 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
- Zip Code: 40202-2230
- Record
- SN01205292-W 20070106/070104220715 (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 |