Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2011 FBO #3647
SOURCES SOUGHT

Y -- UAS Hangar Construction

Notice Date
11/17/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ12R4004
 
Response Due
12/1/2011
 
Archive Date
1/30/2012
 
Point of Contact
Sue Myers, 816-389-3677
 
E-Mail Address
USACE District, Kansas City
(sue.e.myers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation to provide facilities for fielding an Extended Range/Multipurpose (ERMP) Unmanned Aircraft System (UAS) Company. This will allow the ERMP UAS to provide the capability to perform reconnaissance, surveillance, communications and target acquisition. These facilities are required to provide aircraft maintenance, repair, storage; as well as administration of company operations. The Government proposes to issue a firm-fixed price contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Community of general contractors to compete and perform a fixed price contract. The Government must ensure there is adequate competition among the potential pool of available contractors. The general scope of work includes, but is not limited to: The base requirement is to construct a maintenance hangar for three Unmanned Aerial System (UAS) companies. The contract will also provide organizational parking, access aprons, holding apron, and taxiways. 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. Anti-Terrorism measures are provided. The option will provide additional administrative space for the third company, one company operations facility, organizational equipment storage as well as additional parking. Estimated construction range: Between $25M and $100M. Estimated duration of construction project is 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and subfactors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans will be evaluated. Offerors response to this synopsis shall be limited to 5 pages and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeor's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offeror's type of business and business size. (Whether large business, small business, HUB Zone, Service Disable Veteran Owned Business, 8(a)). Offeror's Joint Venture information if applicable - existing and potential. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested offerors shall respond to the Sources Sought Synopsis no later than 1:00 PM (CST) 1 Dec 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail or e-mail your response to Sue Myers, Contract Specialist, 601 E 12th Street, Room 647, Kansas City, Missouri 64106. E-mail address: sue.e.myers@usace.army.mil. E-mail is the preferred method when receiving responses to this synopsis. All email responses must have the subject read as follows: "Sources Sought, UAV Hangar, Ft. Riley, KS - Company Name".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ12R4004/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02625362-W 20111119/111117234603-916ff275f5f13ce1e9af7158277d8713 (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.