Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2006 FBO #1637
SOURCES SOUGHT

Y -- Design-Build a Chapel Center, Goodfellow Air Force Base, San Angelo, Texas

Notice Date
5/19/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-GOOD
 
Response Due
5/31/2006
 
Archive Date
7/30/2006
 
Small Business Set-Aside
N/A
 
Description
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 CONTRAC T SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers  Fort Worth District has been tasked to solicit for and award a project to include the design and construction (Design-Build Contract) for a Chapel Center at Goodfellow AFB, TX. Prop osed 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 foll ow 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 com petition among the potential pool of responsive contractors. Design and Construction Services to be performed under the firm fixed price contract will consist of constructing a non-denominational (military) Chapel Center. The project includes but is not n ecessarily limited to: a military religious complex (approximately 14,000 sf), single story facility with multi-functional worship center, offices, restrooms, fellowship hall with kitchen, workroom, storage areas, media room, HVAC systems, and fire detecti on and protection. Supporting facilities will include water, sewer, gas, electric service, paving, walks, curbs and gutters, security lighting; storm drainage, information systems, and site improvements. Access for individuals with disabilities will be p rovided. DoD Anti-terrorism/Force Protection measures will be included. Special foundations may be required due to expansive soils. Demolition may be required that includes HAZMAT abatement and disposal. Estimated Construction Range: Between $1,000,000 & $5,000,000. Duration of 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 $31 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 soug ht synopsis. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, f easibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification ), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Ag ency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, (THIS LIST IS NOT ALL INCLUSIVE), registered architect, registered civil engineer, registered el ectrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable i f certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, construction management. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on o r about 19 June 2006, and the estimated proposal due date will be on or about 19 July 2006. 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 a nticipated to be available on or about 5 June 2006. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet design personnel requirements Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute design and construction, comparable work performed within the past 5 years  brief description of the project, customer name, timeli ness of performance, customer satisfaction, and dollar value of the project)  provide at least 3 examples. Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI Offerors Joint Venture information if applicable  existing and potential Offerors 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 09:00 AM (CST) 31 May 2006. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Mrs. Shell y Calderon, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: shelley.a.calderon@swf02.usace.army.mil. EMAIL IS THE PERFERRE D METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Place of Performance
Address: GOODFELLOW AFB c/o AO-CT P O BOX 757 Killeen TX
Zip Code: 76540-0757
Country: US
 
Record
SN01054024-W 20060521/060519221159 (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.