Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2006 FBO #1658
SOURCES SOUGHT

Y -- Military Construction Projects Located in New York, Texas, and Nebraska

Notice Date
6/9/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-EJOHNSON
 
Response Due
6/23/2006
 
Archive Date
8/22/2006
 
Small Business Set-Aside
N/A
 
Description
Market surveys are being conducted to determine if there are qualified contractors, including SBA HUBZone certified, SBA 8(a) certified, Service Disabled Veteran Owned Small Business (SDVOSB). For the following three projects. Unless otherwise indic ated, the applicable NAICS Code is 236220, which is for General Construction. 1. Visiting Quarters, Phase II, Niagara Falls, NY Construct Phase II of a three-story visiting quarters facility. Phase II shall include 83 VQ rooms, 3 Business Suites, and 38 parking spaces. Construction will consist of a cementitious block exterior structure, reinforced concrete foundation, steel fra ming, and sloped roof. Work also includes all necessary support and utilities. Upon completion of Phase II construction, the remaining existing facilities shall be demolished. Contract duration is 540 days. Estimated cost range between $5,000,000 and $10,000,000. 2. Army Reserve Center/OMS/AMSA/Unheated Storage, Omaha, NE This project will provide land and an 800-member ARC, OMS, AMSA, and unheated storage facilities. The project includes administrative areas, classrooms, library, learning center, assembly hall, arms vault, kitchen, and unit storage functions. The OMS pro vides for the functional training of maintenance personnel. The AMSA/OMS space includes workbays, parts and tools storage, controlled waste storage, and toilets. The unheated storage facility will provide non-climate controlled storage space for unit equ ipment. In addition the project will provide MEP and privately-owned vehicle parking. Contract duration is 730 days. Estimated cost range between $25,000,000 and $100,000,000. 3. AFRC/BPC/VMF/UHS/PH 3, Ellington Field, Houston, TX Construct Phase 3 of a multi-phased 2,500 member Armed Forces Reserve Center. Phases1 & 2 have been combined into Phase 1. Phase 3 consists primarily of Battle Projection Center (BPC) and Vehicle Maintenance Facility (VMF). Buildings will be of permanen t construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, HVAC Systems, mechanical systems, electrical systems, and security systems (fire alarm connected via radio a nd security system telephone lines for intrusion alarms). Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Force protection measures will be incorporated into design inc luding maximum feasible standoff distance from roads, parking areas, and vehicle unloading areas. Contract duration is 540 days. Estimated cost range between $10,000,000 and $25,000,000. All projects are scheduled to be ready to advertise NLT 30 September 2006 and scheduled for award in the first and second quarters of Fiscal Year 2007. Based on the results of this market survey, all projects will be advertised and evaluated using one of the following acquisition methods: 1) Best Value Tradeoff Process (FAR 15.101-1); 2) Lowest Priced Technically Acceptable Process  LPTA (15.101-1); or 3) Two Phase Design/Build Process (FAR 36.303) and will be awarded as Design-Build contracts. All businesses interested in submitting a response should notify this office by mail NLT 4:00 p. m. EST on 23 June 2006. A separate response must be submitted for each project and each response must also include the following information: 1. The county in which your business is located. 2. Project of interest clearly identified. 3. Identification of the appropriate business category (large business, SBA HUBZone certified, etc.) of your business. 4. Submittal of proof of projects completed by your business. Proof includes the name of the project, the construction start and completion date, the final dollar amount of the contract and a short description of your businesss role and work performed (l ess than 200 words) and a Point of Contact and phone number for the owner of the p roject. To be considered you must: a. Have served as the prime contractor (add joint venture information if applicable). b. The work must have been successfully completed within the last five years and be a Design Build project. c. The projects must be similar in size, scope and dollar value to the project(s) of interest. d. Percent of self-performed work and how it was accomplished. e. A letter from your bonding company stating that you are bondable for the project indicated in numbered paragraph 2 above. Please submit the information requested above to the U. S. Army Corps of Engineers; Louisville District; Room 821, ATTN: Elizabeth Johnson; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202. Responses that are faxed or e-mailed will not be considere d.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01066949-W 20060611/060609220905 (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.