Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOURCES SOUGHT

Y -- The U.S. Army Corps of Engineers, Omaha District, is conducting Sources Sought Synopsis announcement; a market survey for information only, of converting existing hangar # 605 for UAV at Grand Forks AFB ND.

Notice Date
1/29/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F08R0011
 
Response Due
2/11/2008
 
Archive Date
4/11/2008
 
Point of Contact
john denning, 402-221-3895
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(john.d.denning@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Omaha District, is conducting Sources Sought Synopsis announcement; a market survey for information only, to be used for planning purposes of converting existing hangar # 605 for UAV at Grand Forks AFB ND. THIS IS NO T A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. 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 thi s synopsis is to gain knowledge of interest, capabilities, and qualifications of qualified contractors. Responses are restricted to US firms who are in the vicinity of Grand Forks AFB ND. Preference is given to Local and Small Businesses in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 226.71 Preference for Local and Small Businesses. Contractor must be established, registered in Central Contract Registration. The Government is seeking qualified, experienced sources cap able of performing the following requirements. DFAR 22.7101 Definition: Vicinity as used in this Sources Sought Synopsis announcement, means the county or counties in which the military installation to be closed or realigned is located and all adjac ent counties. The work consists of renovation the ventilation system in an existing aircraft hangar used for painting aircraft. The hangar has four large exhaust towers that are inoperable. The purposed contract if for the following work which includes r eplacing all four of the fan motor assemblies with new 125HP electric Vane Axial Direct Drive Fan Units, replacing all four of the tower stack damper assemblies, replacing energy recovery coils, replacing the existing HVAC control system with new electroni c programmable controls that will interface with the existing base-wide Energy Management and Control System (EMCS), and replacing the existing soft start motor controllers with new Variable Frequency Drives (VFDs) and local control transformers for contr ol circuits. Work also includes related miscellaneous insulation work, painting, and sheet metal work. The Magnitude of this requirement is between $1,000,000.00 and $5,000,000.00. Proposed contract method is to utilizing Firm Fixed Price Best Value Reque st type contract. All interested, capable, qualified, and responsive members contractors who meet the requirements of DFAR 226.71 are encouraged to reply to this source sought as the received data will be used to define whether enough small contractors ar e qualified for a specific set-aside and not limit competition. The Government is requesting that interested contractors furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) Sta te county in which you are physically located. (3) State type of Small Business Community member (Small Business (SB), Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small B usiness Concerns (VOSV), Service Disabled Veteran Owned (SDVOSB) Historical Black Colleges and Minority Institutions (HBCU/MI), Indian organizations and Indian-Owned economic enterprises) under the North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction which contains a size standard of $31 million, (4) Identify servicing Small Business Administration District Office, if applicable. (5) State your maximum bonding capacity as of the date of your re sponse. (6) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail a ddress of references. Also, provide a brief description of the work performed, role of the contractor to include whether the work was self-performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. Existing and potential Joint-Ventures, Mentor-Prot?g? Agreements and formal teaming arrangements are acceptable and enco uraged. Email responses to this request for information is preferred, and should be sent to: john.d.denning @nwo02.usace.army.mil. All questions must be submitted via e-mail or fax. Mailed responses should be sent to: US Army Corps of Engineers, ATTN: CENWO-CT-M/John Denning, 106 South 15th, Omaha, Nebraska 68102-1618. Faxed responses should be sent to 402-221-4199 or 4530. The due date and time for responses to this announcement is 2:00 p.m. (Central Standard Time) February 11, 2008. Point of Cont ract John Denning 402-221-3895. Responses should be limited to no more than 10 pages. Do not submit product literature or brochures.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01495056-W 20080131/080129230438 (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.