Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOURCES SOUGHT

Y -- A market survey is being conducted to determine if there are adequate Small business, 8(a), Hubzone or SDVSB contractors for this proposed contract - Design & Construct an Unmanned Aerial Vehicle (UAV) Complex at Ft Campbell, KY.

Notice Date
9/9/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-11-FTCAMPBELL-UAVCOMPLEX
 
Response Due
9/23/2011
 
Archive Date
11/22/2011
 
Point of Contact
Chris Brackett, 502-315-6211
 
E-Mail Address
USACE District, Louisville
(christopher.t.brackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate Small business, 8(a), Hubzone or SDVSB contractors for this proposed contract for a Competitive Set-Aside Award. The proposed contract will be for the design and construction of an Unmanned Aerial Vehicle (UAV) Complex to include a 133,000 SF standard design operations and maintenance hangar, 17,000 company operations facility with 3,000 SF covered hardstand, runway extension, taxiways, taxiway extension, apron, ramp, aircraft run-up area, and 1,500 SF remote switching station. Work also includes building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring and Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained systems. Antiterrorism and Force Protection measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as required. Air Conditioning (Estimated 171 Tons). The project is planned for advertising in October 2011. Contract duration is 670 days. The estimated cost range is between 25,000,000 and 100,000,000. 20% of the work to be self-performed. All interested Small business, 8(a), Hubzone or SDVSB contractors should notify this office in writing by mail or email by 23 September 2011 at 10:00 AM Eastern Standard Time. Responses should include: (1) Identification of the company as a Small Business and if applicable, the type of SBA program(s) (HubZone, 8(a), Small Disadvantaged Business, Service- Disabled Veteran-Owned Small Business, etc.) as appropriate. (2) Past Experience -describe at least three completed aviation hangar projects including the development of approach aprons and extension of existing taxiway and runway paving. Work experience should include the development of hangar support appurtenances including fire suppression systems, deluge tank systems, taxiway and runway lighting, perimeter roadway and security fencing systems. Any further experience with supporting structures in direct association with aviation hangar complexes (e.g. aviation administration facilities, aviation operational support facilities, aviation maintenance support facilities, etc.) should be described. Project experience should reflect facilities that are in similar size (greater than $50,000 construction cost) and scope (greater than 100,000 SF) of the proposed project, the percentage of self-performed work, how the project was accomplished, and performance rating for the work. (3) Capability of obtaining performance and payment bonds for the project in the dollar range listed above, (4) A statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. M.L. King, Jr. Place, Room 821, ATTN: Chris Brackett, Louisville, Kentucky 40202-2267 or by email to Christopher.T.Brackett@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-FTCAMPBELL-UAVCOMPLEX/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02570159-W 20110911/110910000617-5b0a8d153ae110df5bb3375c2a5b0c37 (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.