Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
SOURCES SOUGHT

Z -- U.S Army at Fort Polk, Louisiana for Foreign Security Forces, Transition Teams Mission, FY08 OMA, Building Renovations, North Fort Polk, Louisiana

Notice Date
3/11/2008
 
Notice Type
Sources Sought
 
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-TTMISSION
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Richard Feller, 817-886-1056
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(richard.feller@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, Fort Worth District, will use information obtained under this sy nopsis to develop an acquisition strategy to meet a needs of the U.S Army at Fort Polk, Louisiana for Foreign Security Forces, Transition Teams Mission, FY08 OMA, Building Renovations, North Fort Polk, Louisiana. The intent of this synopsis is to ac cess industrys (Other than Small and small business concerns (including 8(a), Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB)) capability and interest in performing design-build construction for three potential projects under the supervision of the Corps of Engineers. The first project consists of renovation type work for the following building types: barracks, administrative facilities, vehicle maintenance facilities, and special use buildings. Work may include, but is not limited to, renovating 22 existing buildings with total floor space of approximately 195,000 square feet. A wood frame chapel will be re-roofed with asphalt shingles. A dining facility will receive mechanical equipme nt. Majority of buildings are pre-engineered metal buildings on concrete slab foundations. 20 buildings receive interior work consisting of demolishing partition walls and doors, plumbing fixtures, selected exterior wall doors and windows/louvers, floor co verings, lighting, and equipment. Replacement consists of constructing new walls, doors, floor coverings, ceilings, lighting, and electrical, plumbing fixtures, insulation, and HVAC ducting and balancing. New HVAC equipment will be required, but not for al l buildings. One building will require replacement of existing wooden floor with new concrete floor slab, new Standing Seam Metal Roof system, new interior walls and ceilings, lighting, electrical, HVAC, plumbing, and finishes. All work is within the 5-foo t building line of each building. The combined total estimated construction amount for this renovation work portion is between $10,000,000.00 and $25,000,000.00. The second project consists of repair and renovation of existing infrastructure, and c onstruction of new infrastructure. Major site grading of existing re-developed cantonment areas will be required to accommodate mission changes and site renewal practices. Site development construction includes minor storm drainage and erosion control feat ures, sidewalks, turfing, and landscaping. New parking areas will be created, existing water, sewer, gas, and electric service lines will be renovated, and some new services will be installed. New outdoor recreation facilities will be constructed. Existing utility infrastructure will be repaired and improved, Building pads will be constructed for new facilities. A new ammunition holding area will be constructed as an expansion to the existing facilities. All work, with the exception of the building pads dev elopment, is outside the 5-foot building line for new and existing buildings. The combined total estimated construction amount for this sitework and infrastructure is between $25,000,000 and $100,000,000. The third project consists of constructing, transporting, and installing relocatable buildings and new facilities. Included with all buildings will be the foundation construction and connection of utility service lines. Relocatable buildings will be typical modular military configurations for 30 ti er 2 barracks, 16 team room buildings, 18 company headquarters buildings, 7 battalion headquarters buildings, 3 language laboratories, 3 dining facilities, 3 laundry buildings, 2 morale, recreation and welfare (MWR) buildings, a first aid station and mail room building, a command center, and a latrine building. New building types include a physical fitness center, combat life saver training building, a combative pit building, a medical class 8/computer issue building, and a self service supply building. New buildings are pre-engineered metal buildings of various sizes. Building construction is for complete facilities, with power, HVAC, water and sewer, electrical and lighting, and incidentals such as exterior lighting and stoops. No buildings include furnishings. The combined total estimated construction amount for relocatable and new buildings is between $25,000,000 and $100,000,000. The estimated construc tion total for the whole Foreign Security Forces, Transition Teams Mission work (three projects) is between $25,000,000.00 to $100,000,000.00. The anticipated North American Industry Classification System (NAICS) and Standard Industrial Code (SIC) will be listed on each solicitation. The anticipated solicitation issuance date is on or about 15 April 2008 and the estimated proposal due date will be on or about 15 May 2008. Award is anticipated in June 2008. Construction duration is limited to 300 cal endar days. The proposed construction project will be a Firm Fixed Price contract. The solicitation will be issued as a Request For Proposal with the contract awarded based on a Best Value evaluation of contractor qualifications and prices. However, the actual procurement method will be determined based on the responses received from this sources sought synopsis. Interested Offerors shall respond to this Sources Sought Synopsis by responding to web site below by 2:00 pm Central Standard Time on 2 4 March 2008. The Point of Contact for this action is Richard D. Feller, Contract Specialist, Fort Worth District Corps of Engineers, at 817-886-1056 or e-mail at richard.feller@usace.army.mil: https://ebs.swf.usace.army.mil/ebs/Market_Research/For t_Polk/MarketResearchSurveyForm.cfm?Projectid=1
 
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
SN01529673-W 20080313/080311224733 (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.