Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOURCES SOUGHT

Y -- Market Research for Construction of Qualification Construction Range (QTR).

Notice Date
12/5/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-S-0002
 
Response Due
12/16/2011
 
Archive Date
2/14/2012
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of general contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. No proposals are being requested or accepted with this notice THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. Project Scope: This is a design-bid-build project. The Qualification Training Range (QTR) is used to train and test soldiers on the skills necessary to detect, identify, engage and defeat stationary and moving infantry targets in a tactical array with their prescribed weapons. In order to centralize training and reduce land, maintenance, and unit overhead requirements, this range combines the capabilities of the Modified Record Fire Range, Automated Sniper Field Fire Range, Combat Pistol/Military Police Firearms Qualification Course and Multipurpose Machine Gun Range. This range supports night fire operations. The range has 16 lanes, each 30 meters wide. These lanes are used for Rifle Qualification, Sniper Field Fire, Machine Gun and Mk 19 fire. Located between the 16 lanes are 15 lanes of CP/MPQC. The firing points for the CPQC are online with the 16 fighting positions of the rifle/machine gun lanes; however the first firing point for the MPQC is 8 meters behind the CPQC firing point. The range supports the following ammunitions: 5.56mm, 7.62mm, 9mm, 40mm and.50 cal. Primary downrange features include the following: 315 Stationary Infantry Targets (SITs) 24 SIT emplacements with 2 target arms each (500m, 700m) 26 Widened SITs 20 Stationary Armor Targets (SATs) 20 Moving Infantry Targets (MITs) 20 Battle Effects Simulators (BES) 16 One-man foxholes with prone position 10 Two-man foxholes 4 Vehicle Firing Positions The Primary facilities are listed below: Automated Training Range (1 EA) Range Operations and Control Area (1 EA) Range Control Tower (290 SF) Ops. / Storage Building (800 SF) Classroom Building (800 SF) Vaulted Latrine (330 SF) Covered Mess (800 SF) Ammo Breakdown Building (185 SF) Bleacher Enclosure (726 SF) The location of this work is on Fort Irwin, San Bernardino County, California. The estimated magnitude of construction is $10,000,000 - $25,000,000. Estimated duration of project is 730 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 sub-factors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans will be evaluated. If your company is interested in this project, please reply to the following questions, responses shall be limited to 5 pages. (1) Offerors name, address, point of contact, phone number, and email address. (2) Offerors interest in bidding on the solicitation when issued. (3) Offerors capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute the construction, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. Project examples must be in the $10,000,000 to be considered. (4) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)). (5) Offerors Joint Venture information, if applicable, existing and potential. (6) Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). (7) Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought Notice no later than 2:00 PM (local time), 16 Dec 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: USACE-Los Angeles District, ATTN: Contracting Division-West Region Branch, C/O Lucia A. Carvajal, 915 Wilshire Blvd, Suite 1040, Los Angeles, CA 90017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02633447-W 20111207/111205234244-a37fd3b44a931bc5caec03ded8c1c57e (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.