Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2007 FBO #2154
SOURCES SOUGHT

Y -- Sources Sought Synopsis for Red River Army Depot Manuever Systems Sustainment Center, Phase 1; Red River Army Depot, Texarkana, TX

Notice Date
10/18/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-08-R-0005
 
Response Due
10/19/2007
 
Archive Date
12/18/2007
 
Point of Contact
Sandy Nixon, (817) 886-1053
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(sandy.nixon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For RED RIVER ARMY DEPOT MANUEVER SYSTEMS SUSTAINMENT CENTER, PHASE 1; RED RIVER ARMY DEPOT, TEXARKANA, TX This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATIO N FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers  Fort Worth District has been tasked to solicit for and award a project to include: Construction Services to be performed under the firm fixed price cont ract will consist of constructing a tactical wheeled vehicle repair facility. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Small Business, Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-O wned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potentia l pool of responsive contractors. The project includes but is not necessarily limited to: Body Repair Facility - a single story repair shop of approximately 26,400 SF of workspace bays, offices, restrooms, storage areas, HVAC systems, and fire detection and protection. Supporting faciliti es will include all utilities for water, sewer, gas, electric service, paving, walks, curbs and gutters, storm water management, loading areas, exterior and security lighting; storm drainage, information systems, lightening protection, mass notification sy stem, and site improvements. Access for individuals with disabilities will be provided. DoD Anti-terrorism/Force Protection measures will be included. Special foundations may be required due to expansive soils. Demolition of up to six (6) buildings may b e required that includes HAZMAT abatement and disposal. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is approximately 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to th is acquisition is 236220. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. The contractor is required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, secur ity and communications systems, fire protection and life safety systems, and other technical services as may be required. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 2 November 2007, and the estimated proposal due date will be on or about 3 December 2007. The official Synopsis citing the solicitation n umber, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 19 October 2007. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet design personnel requirements Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute de sign and construction, comparable work performed within the past 5 years  brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project)  provide at least 3 examples. Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI Offerors Joint Venture information if applicable  existing and potential Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (CST) 18 October 2007. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Mrs. Sh elly Calderon, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: shelley.a.calderon@swf02.usace.army.mil. EMAIL IS THE PERFE RRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
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
SN01436944-W 20071020/071018224544 (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.