SOURCES SOUGHT
Y -- US Army at Fort Polk, Louisiana for Foreign Security Forces, Transition Teams Mission, FY08 OMA, Building Construction and Renovations, North Fort Polk, Louisiana
- Notice Date
- 3/24/2008
- 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-AM01
- Response Due
- 4/4/2008
- Archive Date
- 6/3/2008
- Point of Contact
- Charlotte Cramer, 817-886-1082
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth
(charlotte.cramer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is an amendment to previous SOURCES SOUGHT SYNOPSIS for subject project posted on 11 Mar 2008. The closing date is changed from 24 Mar 2008 to 4 APRIL 2008. The Classification Code is changed to Y--Construction of Structures and Facilities. P roject will include construction and renovation/repair work. The Sources Sought Synopsis is unrestricted, open to all businesses. The previous synopsis posted on 11 Mar 2008 is provided below for your information. PLEASE NOTE: POC FOR THIS PROJECT IS RICHARD FELLER, TEL. 817-886-1056. SYNOPSIS - POSTED 11 MAR 2008: 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 synopsis 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 Renov ations, North Fort Polk, Louisiana. The intent of this synopsis is to access industrys (Other than Small and small business concerns (including 8(a), Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Bus iness (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: barr acks, 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 equipment. Majority of buildings are pre-engineered metal buildings on concrete slab foundations. 20 buildings receive interior work consisting of demolishing partition walls an d doors, plumbing fixtures, selected exterior wall doors and windows/louvers, floor coverings, lighting, and equipment. Replacement consists of constructing new walls, doors, floor coverings, ceilings, lighting, and electrical, plumbing fixtures, insulati on, and HVAC ducting and balancing. New HVAC equipment will be required, but not for all 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 c eilings, lighting, electrical, HVAC, plumbing, and finishes. All work is within the 5-foot 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. <B R> The second project consists of repair and renovation of existing infrastructure, and construction of new infrastructure. Major site grading of existing re-developed cantonment areas will be required to accommodate mission changes and site renewal pr actices. Site development construction includes minor storm drainage and erosion control features, 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 construct ed as an expansion to the existing facilities. All work, with the exception of the building pads development, is outside the 5-foot building line for new and existing buildings. The combined total estimated construction amount for this sitework and infra structure 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 tier 2 barracks, 16 team room buildings, 18 company headqua rters 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 variou s 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 amou nt for relocatable and new buildings is between $25,000,000.00 and $100,000,000. The estimated construction total for the whole Foreign Security Forces, Transition Teams Mission work (three projects) is between $25,000,000.00 to $100,000,000.00.<BR > The anticipated North American Industry Classification System (NAICS) codes and corresponding Standard Industrial Code (SIC) will be listed in each of the 3 solicitations. The anticipated solicitation issuance date is on or about 15 April 2008 (1s t project) 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 calendar days. The proposed construction project will be a Firm Fixed Price contracts. The solicit ation will be issued as a Request For Proposals 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 24 March 2008 - NOW CHANGED TO 4 APRIL 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/Fort_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
- Zip Code: 76102-0300
- Record
- SN01540063-W 20080326/080324224836 (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 |