Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2003 FBO #0469
MODIFICATION

Z -- Facilities Construction, Procurement, Maintenance, Repair, Modernization for the Range and Training Land Program

Notice Date
3/12/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Huntsville - Military Works, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
DACA87-03-R-0013
 
Response Due
3/28/2003
 
Archive Date
5/27/2003
 
Point of Contact
Phyllis Pond, 256-895-1148
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville - Military Works
(Phyllis.A.Pond@HND01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Sources Sought Announcement The Engineering and Support Center, Huntsville is considering an impending procurement required to support and provide maintenance services for Range Training Lands Facilities including: design, construction, renovation and repair of buildings; downrange features; associated equipment and training lands; providing and installing range equipment; investigations and studies; functional training support; and incidental ordnance survey and clearance for construction support. Contract period of performance is anticipated to be five (5) years with a total program value of approximately $ 93 M. The extent to which a portion of this contract will be set-aside for small business will depend upon the responses to this announcement. These services may be needed at facilities worldwide. The requirement to provide critically needed quick response to the repair and upgrade of the RTLP customer?s facilities is the overall objective of the RTLP program. Potential sources for performance of the major repair/renewal efforts would include general construction, electrical, construction management and other general repair contractors. Source firms shall have personnel familiar with the configuration of live fire training ranges and experience i n the design or construction of live fire training ranges. Range equipment suppliers would also be considered as a potential source. The acquisition strategy is to award multiple contracts for work pertaining to the construction, repair and maintenance of Range and Training Land Facilities including 1) the tasks of Design/Construction/Renovation/Repair, UXO Support, Range Equipment, an d Functional Training Support as specified in the list of tasks shown in the following paragraph listed in A through E below; 2) Investigation and Study Services as specified in the tasks shown in paragraph D only; and 3) Functional Training Support Servic es as specified in the tasks shown in paragraph E only. A Design/Construction/Renovation/Repair ? New training range - support facilities (buildings), firing positions, downrange targetry area ? Replace or add target emplacements ? Additional support facilities (buildings) ? Demolition of existing structures - structures, slabs, fences, poles, etc. ? Repair or rehabilitate support facilities (buildings) including electrical, mechanical, structural and architectural repairs ? Utilities including power supply, sewer/septic tank system, water, water well, communications line/equipment ? Repair or rehabilitate berms ? Repair or reconfigure defilades ? Repair or replace firing positions ? Replace downrange distribution systems- electrical, data and pneumatic ? Repair/replace or add Trenches and/or Bunkers ? Install shock absorbing concrete (SACON), bullet traps or baffles ? Lead Abatement/Lead Cleanup to either clean-up an existing berm which has been used for a bullet back-stop and contains lead or a method to prevent environmental impacts from lead bullets ? Clearing and Grubbing ? Add or Repair Tank Trails, Access Roads, Maintenance Roads or Turning Pads ? Design, Repair, Replace Range Baffle Systems ? Related actions as required. B UXO Support: ? Safely locate, identify, and dispose of ordnance and explosives (OE). ? Provide OE detection and avoidance services to support construction operations. C Range Equipment ? Replace or add target mechanisms ? Procure and install range targetry, targetry control system and scoring equipment ? Reconfigure range power and data distribution for updated automated targets. ? Related actions as required. D Investigations and Studies ? Land surveying and mapping ? Geotechnical Investigations ? Natural/Cultural/Environmental Assessment studies ? Land use studies ? Related actions as required. E Functional Training Support to include, but not limited to, such tasks as implementing the training investment strategy, range operations and maintenance, range safety expertise, etc. ? MACOM/Installation Direct Mission Support ? Range facility siting ? Line of Sight analysis ? Surface Danger Zone (SDZ) analysis ? Preparation of planning and programming documents (e.g. DD Form 1390/1391 and DD Form 3086) ? Training doctrine compliance analysis ? Range facility operation ? Range Development Plans ? Installation Master Planning Support ? Related actions as required. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 234990 for RTLP One-Stop Services; 541330 for Investigation and Study Services; and 541990 for Training Support Services. The Government intends to set -aside for small business a minimum of one (1) contract and a maximum of two (2) contracts for small business for ?Investigations and Studies?; a minimum of one (1) contract and a maximum of two (2) contracts for ?Functional Training Support Services?; and a minimum of one (1) contract and a maximum of three (3) contracts by full and open competition for the One-Stop services. For small businesses to qualify under these NAICS codes, the firm must have an average annual receipts of $ 17M or less for the pas t three (3) years for the NAICS Code of 234990; for the NAICS code of 541330 the business must have an average annual receipt of $ 4M or less; and for the NAICS code of 541990 the firm must have an average annual receipt of $ 5M or less. It is intended that these contracts will be awarded for a term of 5 years (base year and four options years) with an estimated overall program value of $93M with no single contract of those mentioned above receiving more than $ 45M. Approximately $ 10M (b ase year and four option years) total contract capacity will be reserved for small business for the ?Investigation and Study Services?; $24M (base year and four option years) total contract capacity will be reserved for small business for the ?Functional T raining Support Services?. It is intended that these contracts will be indefinite delivery indefinite quantity contracts that allows for placement of firm-fixed-price or time and materials tasks orders. For any large business award, a subcontracting pla n showing the firm?s ability to meet the USACE?s Small Business sub-contracting targets of 43.8% to Small Business must be provided prior to award for the Contracting Officer?s Signature. All firms who are interested in performing the services identified as ?One-Stop?, must have capacity to dedicate a single point of contact for this work. Firms interested in the full scope of One-Stop Services must have successfully performed six (6) or more of the following services or activities for training range facilities within the last 8 years. Firms interested in ?Investigations and Studies? services must have performed the work identified in Paragraph D on a military installation within the p ast three years. Firms interested in ?Functional Training Support Services? must have experience with Army training range siting and layout within the last three years. Source firms shall have personnel familiar with the configuration of live fire train ing ranges and experienced in the training strategy implications or design and construction of live fire training ranges as applicable. In addition to the above noted experience, firms should have capability of performing quality assurance (QA) oversight of subcontractor. Also, firms should have the capability of providing engineering drawings on a computer-aided design (CAD) system. Interested firms shall indicate which portion(s) of the work they would consider proposing on and indicate whether they are or are not a small business based upon the NAICS codes of 234990; 541330; and 541990 for Training Support Services. Interested firms should submit a current SF254 and a separate document describing relevant experience in the following format: name(s) or client(s); location of job site; client point of contact and telephone number and the date services were performed. This documentation should be limited to description of past and current contracts of the kinds of work and facility types identified above and should be limited to 10 pages. An additional 4 pages of photographs may be included to graphically represent experience. It is not necessary to submit any additional company information, resumes, sales materials or brochures. Mail submittals or send via overnight courier to U.S. Army Engineering and Support Center, Huntsville, 4820 University Square, Huntsville, Alabama 35816-1822, ATTN: CEHNC-CT-P, Ms. Phyllis Pond, Contract Specialist/Contracting Officer or to Mr. Ken Goddard, Contracting Officer and Chief Acquisition Support Team. Submittals are due no la ter than 10 days following the publication date of this announcement. You may also provide your submittal via e-mail, in word format, to the following address: Phyllis.A.Pond@HND01.usace.army.mil. Submittals are due no later than ten (10) business days following the publication of this announcement. THIS IN NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville - Military Works P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00277817-W 20030314/030312213805 (fbodaily.com)
 
Source
FedBizOpps.gov 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.