Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOURCES SOUGHT

Y -- Construct Intermodal Facility, FLETC, Glynco, Georgia

Notice Date
1/15/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524
 
ZIP Code
31524
 
Solicitation Number
09-Bldg811
 
Point of Contact
Alberta L Abram,, Phone: 912-267-2855
 
E-Mail Address
alberta.abram@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to identify firms capable of providing all labor, material, equipment, transportation and supervision required to construct the Intermodal Facility. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. The proposed construction project consists of a simulated/mock airport, bus station, subway, train station and confined space training venues. Work includes integration of real buses, aircraft, train cars/rails and construction of a mock subway car and tunnel. The building will be a structural system consisting of multiple levels, footings, storefront glazing systems and a large jetway. The project includes all exterior civil and utility work; and all interior architectural, structural, mechanical, plumbing, and electrical work to provide a complete and useable training facility. The NAICS for this project is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard of $33,500,000 dollars. The estimated price range for this project with all options is between $5M and $10M dollars. This procurement will be negotiated on a best value basis in accordance with FAR 15.101. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to three (3) projects that best demonstrate the company's experience with specialized law enforcement training facilities. Projects should be representative of NAICS 236220 and be similar in size, scope, and complexity to this requirement and demonstrate recent prime contractor organizational specialized experience and expertise in the construction of state-of-the-art indoor/outdoor law enforcement practical application training facilities, including but not limited to applications of: sustainable training environments to withstand wear and tear anticipated with use of live small arms weapons using non-lethal training ammunition, specialized lighting systems and controls, smoke evacuation systems, public address systems, security cameras and monitor systems, and command control booths. Demonstrate ability to construct special purpose law enforcement practical application training facilities using materials, assemblies, and systems outside those conventionally used in construction. Respondents should provide a statement of the company's capability relative to these types of work. Also, respondents should provide its bonding capacity for both a single contract and aggregate capacity. Sources Sought Responses: Provide information on your firm's 1) Experience, 2) Past Performance, and 3) Financial Strength to handle this contract. We are seeking responses from only those firms who would be the prime construction firm. We are NOT seeking feedback from subcontractors. 1. Provide information concerning your experience on at least three completed or substantially completed within the last five years (January 2004 and January 2009), relevant projects of similar size, scope and complexity, including a description of the project, construction cost and completion date. 2. Provide information concerning your past performance on the relevant projects that are submitted, and provide information demonstrating satisfactory performance, and contact information for references. 3. Provide your bonding capacity for both a single contract and aggregate capacity. This letter should clearly identify the business size: large business or small (if small indicate which if any of the following Federal government sub-categories apply to your firm: 8(a) certified Small Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, Woman Owned Small Business). Respondents will not be notified of the results of the evaluation. However, DHS will use the information provided for technical and acquisition planning. If adequate numbers of responses are received from qualified 8(a), HUBZone or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on a set-aside basis. All proprietary information not to be disseminated in government documents must be clearly identified. Please respond to this announcement by 2:00 p.m. (EST) on 21 January 2009, no more than 2 typewritten pages. The information may be submitted via email to the Contract Specialist at Alberta.abram@dhs.gov or faxed to 912-280-5343. The subject line of the email shall state: 09-Bldg811 Intermodal Facility, Glynco, GA. Responses (NO MORE THAN 2 TYPEWRITTEN PAGES) shall include the following information: Reference number 09-Bldg811, Company name, DUNS Number, address, point of contact, phone number, email address and business size. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. When available, the resultant pre-solicitation notice and solicitation will be posted at this website. This synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae022b43846a268daf7a8fdb7fb20159&tab=core&_cview=1)
 
Place of Performance
Address: Federal Law Enforcement Training Center, Procurement Division, Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN01732899-W 20090117/090115215120-ae022b43846a268daf7a8fdb7fb20159 (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.