Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

Y -- SOF AC-RECAP Flight Simulator Facility, Cannon Air Force Base, Curry County, New Mexico

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-12-R-0006
 
Response Due
4/30/2012
 
Archive Date
6/29/2012
 
Point of Contact
Madeline Livermore, 505-342-3240
 
E-Mail Address
USACE District, Albuquerque
(madeline.e.livermore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For SOF AC-RECAP FLIGHT SIMULATOR FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO 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 SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers -Albuquerque District has been tasked to solicit for and award a project for the SOF AC-RECAP Flight Simulator Facility, Cannon Air Force Base, Curry County, New Mexico. The Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. 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 Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. This project will construct a 1,427 SM flight simulator facility. The new building will contain a simulator bay, MROC training rooms, private offices classrooms, briefing rooms, and a mechanical yard with GENSETs. This facility will also contain fire suppression, utilities, site improvements, communications systems and all necessary support for the MC-130 aircraft. The FY12 SOF ADAL Simulator Facility will be located on the northwest end of the FY11 MC-130 flight simulator sharing a common wall. The site for the facility is occupied by three previous simulator facilities, comprising one combined building, and a temporary simulator bay separate from the other simulator facilities. In addition, the site includes asphalt parking areas to the north, east and west of the building, sidewalks, a dumpster pad, open unpaved areas, utility lines, and two runoff detention areas. Estimated Construction Range: Between $10,000,000 and $25,000,000. 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 the sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 06 February 2012, and the estimated proposal due date will be on or about 15 March 2012. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 17 January 2012. Offeror's 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. Offeror's capability to perform a contract of this magnitude and complexity (include Offeror's experience in similar construction 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 small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small 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 this Sources Sought Synopsis no later than 4:00 pm Mountain Time, 30 December 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Madeline Livermore at madeline.e.livermore@usace.army.mil or fax to (505) 342-3496 or mail to 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-12-R-0006/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02634153-W 20111208/111206234307-5d2467c965f89847d3a3b5d31432a790 (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.