Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOURCES SOUGHT

99 -- Construction for FY 18 MILCON, KELL123018, Air Traffic Control Tower, Joint Base San Antonio (JBSA) � Lackland Kelly Field Annex, Texas

Notice Date
1/21/2020 2:05:43 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
W9126G20X0001
 
Response Due
2/11/2020 12:00:00 PM
 
Archive Date
02/26/2020
 
Point of Contact
Stella I Morales, Phone: 8178861074, Scott Bonner, Phone: 8178861035
 
E-Mail Address
stella.i.morales@usace.army.mil, scott.bonner@usace.army.mil
(stella.i.morales@usace.army.mil, scott.bonner@usace.army.mil)
 
Description
Action Code:� Sources Sought Notice Subject:� Construction for FY 18 MILCON, KELL123018, Air Traffic Control Tower, Joint Base San Antonio (JBSA) � Lackland Kelly Field Annex, Texas Solicitation Number:� W9126G20X0001 Response date:� February 11, 2020 at 2:00pm (CST) Place of Performance: US Army Engineer District, Fort Worth District 2320 Carswell Avenue, Bldg 7065 JBSA Lackland, Texas� 78236 Description: �The U.S. Army Corps of Engineers, Fort Worth District is issuing a Sources Sought Announcement for the construction of a new Air Traffic Control Tower (ATCT) in San Antonio, TX.� This announcement is to determine the interest, availability, and capability of industry, including large business, HUBZone, Service-Disabled Veteran-Owned, and Small Business concerns for the work described below.� The NAICS code for this procurement is 236220.� The project is planned to be issued on or about April 15, 2020.� The construction award is expected to happen in September 23, 2020 and is expected to take 2 years to complete.� The estimated construction cost is between $10,000,000.00 and $25,000,000. The project consists of constructing an Air Traffic Control Tower (ATCT) with reinforced concrete pile foundation and slab floor, masonry walls and standing seam metal roof. This project includes an elevator, a catwalk surrounding the tower cab as well as utilities, site improvements, pavements, special foundations, a backup power generator and all other work necessary to provide a complete and usable facility.� This project will demolish two facilities (708 SM).� Facilities are designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. �This project will comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01. � Interested firms should submit a capabilities package to include the following:� business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above.� Please include at least two specific examples of the firm�s experience performing the work requirements stated above.� The projects must have been performed within the last seven years.� Please indicate the team subcontractors that will be used to support the effort and include their prior experience and qualifications, if subcontractors are planned to be used.� Proof of bonding capability is required. Responses are limited to twenty pages and due by February 11, 2020 at 2:00pm (CST).� Responses should be submitted via email and addressed to the contract specialist, Stella Morales, at stella.i.morales@usace.army.mil.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8a5ff7b7720411ab63edcbd7379ff2f/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN05539845-F 20200123/200121230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.