Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2008 FBO #2274
SOURCES SOUGHT

Y -- FE WARREN AFB WY OVER-WATCH ENTRY CONTROL FACILITYCOV POV CHECK/CANOPY/GATEHOUSE GATE 5

Notice Date
2/15/2008
 
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
W9128F08S0001
 
Response Due
3/7/2008
 
Archive Date
5/6/2008
 
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 a Sources Sought Announcement as market information only. This information will be used to determine potential interest in a forth coming project for design and construction (D/B) for an Over-Watch Entry Control Facility (ECF) for Commercially Owned Vehicles (COV) and Privately Owned Vehicles (POV), Check/Canopy/Gatehouse (Gate 5), FE Warren AFB, WY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS A NNOUNCEMENT No reimbursement will be made for any costs associated with providing information in response to this Announcement or any follow-up information requests. Contractors must be established and registered in Central Contract Registration. The purpo se of this announcement is to gain knowledge of interest, capabilities, and qualifications of interested contractors. Responses are restricted to US firms in the vicinity of FE Warren AFB WY. Preference is given to Local and Small Businesses in the vicinit y of FE Warren AFB WY in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 226.71 Preference for Local and Small Businesses. DFAR 22.7101 Definition: Vicinity as used in this Sources Sought announcement, means the coun ty or counties in which the military installation to be closed or realigned is located and all adjacent counties. The project consists of Design-Build of new base perimeter entry control facility (ECF) at Gate 5 location. New Gate 5 ECF will serve as th e entry point for personnel and visitors and prevent unauthorized access. Structures will include ID check station with canopy, vehicle inspection facility, vehicle over-watch and containment barrier, and road system to include parking, communication, uti lities, and lighting. Facility design and construction is required to adhere to architectural standards compatible with the historic nature of the installation. The new building and site design will include security and force protection (Anti-Terrorism/F orce Protection, AT/FP) requirements in accordance with Unified Facilities Criteria (UFC) Standards and Air Force ECF Design Guide. Design considerations, will take into account approach/queuing, traffic calming, turn around, truck holding and final denia l. Buildings and functional areas consist of: Badge Checking / POV / COV Processing: Inspection Bay, Inspection Equipment, Public Restroom and Waiting Area to seat 4; Administration Areas: Admin Office Area (4 Offices), Private Restroom, Mechanical/E lectrical Room and Weapons Storage. The Design-Build Contractor for this project will also be responsible for obtaining, completing, and submitting all permit applications and notices that are required for the construction and operation of this Over-Wat ch ECF/COV/POV Check/ Canopy/ Gatehouse (Gate 5), at FE Warren AFB, WY.. The Magnitude of this requirement is between $1,000,000.00 and $5,000,000.00. The Government intends to issue a Firm Fixed Price contract; evaluation criteria will include a best valu e approach considering technical elements (i.e., Construction/Design experience, Construction/Design Past Performance, Key Construction/Design Personnel, Project Management, Utilization of Small Business, and Price). All interested, capable, qualified, and responsive members contractors who meet the requirements of DFAR 226.71 PREFERENCE FOR LOCAL AND SMALL BUSINESSES are encouraged to reply to this source sought. The received data will be used to define whether enough small business contractors are qual ified for a specific set-aside and therefore competition is not limited. The Government is requesting that interested contractors furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. <B R>(2) State of Wyoming county in which you are physically located. (3) State type of Small Business Community member (Small Business (SB), Small Disadvantag ed Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (Hubzone), Veteran Owned Small Business Concerns (VOSV), Service Disabled Veteran Owned (SDVOSB) Historical Black Colleges and Minority Institutions (HBCU/MI), Indian orga nizations 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 response. (6) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, p erformed within the last three (3) years for each of the requirements. Include name, address, telephone number, and e-mail address 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 arrange ments are acceptable and encouraged. 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 A rmy 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) Marc h 07, 2008. Point of Contact 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
SN01510385-W 20080217/080215230948 (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.