Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOURCES SOUGHT

Y -- Construction of Operations and Alert Facilities

Notice Date
5/17/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-AXQD059312-AXQD059359
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procuremen t integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. United States Property and Fiscal Office for Massachusetts (USPFO-MA) Purchasing and Contracting (P&C) is seeking U. S. Small Business Administration (SBA) sources with current relevant qualifications, experience, personnel, security approvals, equipment, and capability to perform two proposed projects at Barnes Air National Guard Base, Westfield, Massachusetts. The proposed projects are AXQD059312 BRAC -ADAL Squad Ops Facility and AXQD059359 BRAC  Air Sovereignty Alert Complex BRAC-Air Sovereignty Alert Complex--Construct new access pavement and install 3 double wide aircraft shelters with fire suppression and utility support. Provide security fencing and gates. Provide support for the intrusion detection system. Construct ale rt crew quarters with reinforced concrete floor slab, masonry walls and roof structure and all associated interior partitions, utility systems and insulation. Provide fencing, controlled access gate house. Area lighting, backup power, and communications s upport for the complex. Demolish existing pavement. Total vertical construction is approximately 45,000 SF; total paving is approximately 15,000 SY. Existing concrete pavement demolition is approximately 3,000 SY. Existing asphalt pavement demolition is approximately 12,000 SY. The magnitude of construction for this project is between $10,000,000 and $25,000,000. BRAC-Add to and Alter Squadron Operations Facility. Addition: Reinforced concrete foundation and floor slab, steel framed structure with masonry walls, and standing seam metal roof. Interior walls, mechanical, electrical, and fire protection systems. Exte rior site improvements, utilities, pavements and communications support. The existing building transformer must be upgraded to meet equipment requirements. Alter: Remove partitions and reconfigure the vault area. Demolish existing concrete masonry unit (CMU) walls. Construct new reinforced CMU walls to underside of roof deck, mechanical, electrical, security, and fire protection systems. Provide interior security measures. Provide temporary facility during renovation of the renovation of the existing ar ea. Demolish one building (379 SM) which is the footprint of construction. Total addition/alteration approximately 23,300 SF; temporary facility is approximately 8,000 SF. Demolition is approximately 4,000 SF. The magnitude of construction for this pr oject is between $1,000,000 and $5,000,000. The NAICS Code is 236220 with a Small Business Size Standard of $31.0 million. Interested sources are invited to respond to this sources sought announcement by providing the following information. Submit a maximum of five (5) projects describing the following: 1) Past Experience: Describe projects completed in the last three (3) year s that are similar in size, scope, and complexity. For each of the completed contracts/projects submitted, provide the title; location; whether prime or subcontractor work; contract and subcontract value; type of contract; contract completion date; custome r point of contact including phone number; percentage of self-performed work and narrative of work your firm performed; and the performance rating of the work. 2) Bonding capacity: Provide name of surety, your maximum bonding capacity pe r project, and your aggregate maximum bonding capacity. 3) Identify any contracts your firm currently has or has completed for the Massachusetts National Guard within the last three (3) years, provide the title; and whether prime or subcontractor work. 4) Identify whether your firm is an SBA certified 8 (a), HUBZone, Service Disabled Veteran-Owned Small Business concern, or Other Small Business. Respondents will not be notified of the results of the evaluation. However, USPFO-MA will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the particip ants. Your response to this sources sought announcement must be received by 1:00pm June 1, 2007. Envelopes should be clearly marked SOURCES SOUGHT FOR W912SV- AXQD059312- AXQD059359 ATTN: CW4 Thomas Lamont DO NOT OPEN IN MAIL ROOM. Mailed responses shou ld be addressed Contracting Office, 50 Maple St., Milford, MA 01757. Hand delivered responses should be turned in at Building at 1:00pm. You may email your response to thomas.lamont@us.army.mil
 
Place of Performance
Address: Barnes Air National Guard Base 175 Falcon Dr Westfield MA
Zip Code: 01085
Country: US
 
Record
SN01296911-W 20070519/070517221146 (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.