SOURCES SOUGHT
Y -- Base Realignment and Closure (BRAC) projects located in Florida and Nevada.
- 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-GDAVIS
- Response Due
- 6/21/2006
- Archive Date
- 8/20/2006
- 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) or local contractors (either large or small businesses) th at meet the specific criteria for the following five (5) proposed projects authorized by The National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC)). These BRAC projects are located in Florida and Nevada. Unless otherwise indi cated, the applicable NAICS Code is 236220, which is for General Construction. DFARS 226.71, Preference for Local and Small Businesses (revised March 14, 2002) gives preference to local contractors, if they are available and qualified to perform the work if the Government is considering limiting the procurement to HubZone certified, 8(a) certified or Service Disabled Veteran Owned Small Business Contractors. Local is defined as having a home office in the county or adjacent county of the aforementioned projects. 1. Aerospace Medicine Flight Training Facility (BRAC), Mac Dill AFB, Florida Construct Aerospace Medicine Flight training facility architecturally and structurally compatible with installation facility standards in proposed area. Includes utilities, parking, road access, site preparation, communications pre-wiring, and incorporate s sustainable development requirements. Project includes antiterrorism/force protection requirements identified in DoD unified facilities criteria and all necessary support. Work will occur in Hillsborough County. Contract duration is 365 days. Estimated cost range is between $1,000,000 and $5,000,000. Adjacent counties are: Manatee, Pasco, Polk, Hardee and Pinellas. 2. AFR Training Facility, (BRAC) Mac Dill AFB, Florida Adequately sized and functionally configured to satisfy all training requirements, storage and administrative requirements of the wing. Safe and functional headquarters facilities, built to current AF standards are required to maintain command and control of the wing mission. Work will occur in Hillsborough County. Contract duration is 540 days. Estimated cost range is between $5,000,000 and $10,000,000. Adjacent Counties are: Manatee, Pasco, Polk, Hardee and Pinellas. 3. Add/Alter Squadron Operations/AMXS, (BRAC) Homestead AFB, FL Construct a new 1228 SM addition and renovate 578 SM of existing Squadron Operations/AMXS Building 191. The facility shall be compatible with existing facility. Project includes antiterrorism/force protection requirements identified in DoD unified facili ties criteria and all necessary support. Work will occur in Dade County. Contract duration is 365 days. Estimated cost range is between $1,000,000 and $5,000,000. Adjacent counties are: Monroe, Broward, and Collier. 4. Add Weapons Release Shop, (BRAC), Homestead AFB, FL Construct an 820 SM addition to existing weapons release shop, Building 192. The facility shall be compatible with existing facility. Project includes antiterrorism/force protection requirements identified in DoD unified facilities criteria and all neces sary support. Work will occur in Dade County. Contract duration is 365 days. Estimated cost range is between $1,000,000 and $5,000,000. Adjacent Counties are Monroe, Broward, and Collier. 5. Training Center, (BRAC), Nellis AFB, NV Renovate an existing 3 story Visiting Airmans Quarters into an AFR Training Center. Work will occur in Clark, Nye and Lincoln Counties. Contract duration is 540 days. Estimated cost range is between $10,000,000 and $25,000,000. Adjacent counties are: Esmeralda, Mineral, Churchill, Lander, Eureka and White Pine Counties in Nevada; Inyo and San Bernardino Counties in California; and Mohave County in Arizona. 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 r esults 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 D esign/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 21 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 project. 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: Gene P. Davis; 600 Dr. Martin L. King Jr., Pl.; Louisville, KY 40202. Responses that are faxed or e-mailed will not be considered.
- 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
- Zip Code: 40202-2230
- Record
- SN01066952-W 20060611/060609220909 (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 |