Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOURCES SOUGHT

Y -- Construction of C-17 ADAL Flight Simulator Training Bay Addition to Existing Training Facility, McChord Air Force Base, Washington

Notice Date
12/16/2008
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0018
 
Response Due
1/16/2009
 
Archive Date
3/17/2009
 
Point of Contact
David Dilks, 206-764-6952<br />
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted by the Seattle District. The purpose of this survey is to determine the availability, interest, and capability of Small, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), and HUBZone Small Business concerns to construct a C-17 Aircraft Simulator Bay addition to an existing three-bay C-17 simulatory training facility and associated site work to add a roadway to connect two parking lots. The C-17 Aircraft Simulator Bay will require a 50' X 50' X 38' high minimum clear bay and be able to support a 2.5 ton overhead bridge crane. Exterior walls will be concrete construction supporting a steel framed roof. The work will take place on McChord Air Force Base in Washington state. The estimated range of the magnitude of construction of this project is $1-5 million. The period of performance is anticipated to be 1 year and performance of work is anticipated to begin in the summer of 2009. The applicable NAICS code for this contract is 236210 with a size standard of $33,500,000. Firms responding to this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered 1 through 5. (1) Provide five examples of projects similar to the construction of a bay to house an aircraft simulator that have been performed within the past three years. These projects should be relevant in terms of size, scope, and complexity. Experience such as construction of bays to house aircraft simulators, construction of warehouses where concrete assemblies (e.g. tilt up walls) were assembled, and warehouses with concrete assemblies housing overhead cranes are considered relevant in terms of scope. Each project should have a detailed project description and include the amount of the project, and the beginning and end dates of the project. (2) For the five relevant example projects requested in item one (1), indicate whether you were the prime or a subcontractor. If you were the prime, indicate what percentage of the work you performed. If you were a subcontractor, identify your role in the contract and why that role is relevant. (3) Provide evidence of bonding capability. Firm should ask their bonding agent/surety to provide its single contract bonding capacity and its aggregate bonding capacity. (Please note that this information should come from the bonding agent/surety, not the firm itself. Also, please do not provide actual bonds.) (4) Provide a list of the firm's current on-going projects, their bonding amount, their expected completion date, and the name, point of contact, and phone number of the prime contractor's bonding company. (5) Provide the Firm's name, address, and the size of the firm and its socio-economic status (Small, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), or HUBZone Small Business). Responses are required no later than 16 January 2009. Responses should be addressed to the U.S. Army Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755 ATTN: David Dilks (CECT-NWS-M). THe physical street address is: U.S. Army Corps of Engineers, 4735 E Marginal Way S, Attn: David Dilks (CECT-NWS-M), Seattle, WA 98134-2388. Firms interested shall provide the above documentation, in one original form and one copy. Responses shall be limited to 10 pages. The government will not pay for any material provided in response to this market survey nor return the data provided. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Please note that this is NOT a request to be placed on a solicitation mailing list nor is it a Request for Proposals (RFP) or an announcement of a solicitation. The information will NOT be used to establish a pre-qualification list. The purpose of this market survey is to determine if a set-aside under one of the small business programs is appropriate. The Government anticipates issuance of a pre-solicitation notice for this project on or about 23 January 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3412716fd325c57625b98b3cb0147b20&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA<br />
Zip Code: 98124-3755<br />
 
Record
SN01719284-W 20081218/081216214538-3412716fd325c57625b98b3cb0147b20 (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.