SOLICITATION NOTICE
Y -- Lackland AFB Airman Training Complex (ATC) North Campus, Lackland AFB, San Antonio, Texas
- Notice Date
- 3/10/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-09-R-0058
- Response Due
- 3/15/2009
- Archive Date
- 5/19/2009
- Point of Contact
- Linda M Griffith, Phone: 817-886-1067
- E-Mail Address
-
Linda.M.Griffith@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: This synopsis is for the purpose of obtaining market research only. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SYNOSPIS OR UNDER THIS SOLICITATION NUMBER. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The US Army Corps of Engineers, Fort Worth District, will use information obtained under this synopsis to develop an acquisition strategy to meet the Air Force Lackland Airman Training Campus mission primarily but may include other projects at Lackland AFB and in the San Antonio area. The intent of this synopsis is to access industrys small business concerns (including 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB)) capable and interested in providing various construction support, to include potential Design-Build capabilities, to the Air Force Airman Training Complex (ATC) North Campus at Lackland AFB, San Antonio, Texas. The construction program need is estimated to be approximately $400 Million over the next five years. The anticipated North American Industry Classification System (NAICS) code related to this program is 236220, Business Size Standard is $33.5 Million. It is anticipated that the ATC Program need may be meet through the use of either a single or a multiple award process to establish various Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contracts (SATOCs) or Multiple Award Task Order Contracts (MATOCs). The single award approach results in the establishment of a single qualified, dedicated contractor. The multiple award approach results in the establishment of qualified pool of contractors (each pool may have 3 to 5 firms) that may compete under the specific awarded IDIQ MATOC to provide the required services. It is anticipated that a total of one SATOC or one MATOC may be awarded to support the ATC Program. Each SATOC or MATOC will include a minimum order limitation that is anticipated to be $5 million and a maximum order limitation that is anticipated to range from $70-80 Million. The Government is seeking qualified, experienced and reliable sources capable of providing simultaneous delivery of various construction tasks, materials and/or supplies needed to support the ATC projects. These projects are all located on Lackland AFB. An example of an anticipated typical delivery order is: Construct a four-level multi-wing 227,000 SF recruit dormitory to include all associated support equipment and utilities. The standard period anticipated for most jobs will range from 1-2 year(s), potentially, from receipt of the delivery order. Large multiple deliveries may be staggered to accommodate mission requirements. CAPABILITY NARRATIVE: Firms interested in responding to this synopsis are required to submit the following information: (1) Company name, address, point of contact, telephone number, fax number, email address, and Business Size (e.g., large, small, other). Identify the small business socio-economic size standard size (8(a), HUBZone and/or SDVOSB) and include identification of your Small Business Administration District Office; (2) Provide a narrative to describe your firms recent and relative construction experience and past performance in delivering same/similar requirements; recent and relevant experience with federal government work preferred, as described above to meet the Air Force need; (3) Provide a narrative to identify which SBA identified region(s) your firm is capable and interested in providing the required supplies. Include in your narrative the maximum contract amount your firm is capable of providing and rather or not your firm can provide the anticipated maximum order limitation of $80 Million, and if so maximum bonding capacity upwards of $400+Million; (4) Provide a listing of the services your firm is capable of providing in-house to include staff size and listing of support sub-contractors and their size; (5) Provide a listing of your network suppliers/subcontractors that you anticipate using to meet the need; (6) Provide a narrative to describe any industry concerns/constraints regarding the ability to execute this program; (7) provide recent and relevant Design-Build construction experience for projects of similar size, scope, and complexity, to include method of accomplishing design (registered engineering firms). All responses received from small business concerns under this sources sought synopsis will be considered. Responses to this synopsis is limited to the above 7 elements. No additional information shall be submitted. Responses are due no later than 20 March 2009, by 4:00 P.M., Central Standard Time and shall be submitted by email to Linda Griffith, Contract Specialist, U.S. Army Corps of Engineers, Fort Worth District, linda.m.griffith@usace.army.mil or via fax to Linda Griffith at (817) 886-6407. IF YOU SUBMITTED A RESPONSE TO ANY PREVIOUS SOURCES SOUGHT NOTICES FOR SIMILAR MILCON SPONSORED CONTRACTS, PLEASE PREPARE A NEW CAPABILITY NARRATIVE AS REQUESTED UNDER THIS SYNOPSIS. RESPONSES TO ANY PREVIOUS SYNOPSIS WILL NOT BE CONSIDERED UNDER THIS MARKET ANNOUNCEMENT. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d688fa81cee5d2b7011a8bd3bcb96d4&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
- Zip Code: 76102-0300<br />
- Zip Code: 76102-0300<br />
- Record
- SN01765563-W 20090312/090310215147-093db0c8752ab20a6c8837d099ab0421 (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 |