SOURCES SOUGHT
Y -- Sources Sought for Construction Services for Replace Base Civil Engineer (BCE) Maintenance Complex, PN: LUXC 001390
- Notice Date
- 2/14/2008
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
- ZIP Code
- 57702-8186
- Solicitation Number
- W912MM-08-BCE-SOURCESSOUGHT
- Response Due
- 8/31/2008
- Archive Date
- 10/30/2008
- Point of Contact
- Patricia Zolnowsky, 605-737-6739
- E-Mail Address
-
Email your questions to USPFO for South Dakota
(pat.zolnowsky@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: SOURCES SOUGHT FOR CONSTRUCTION SERVICES TO REPLACE BASE CIVIL ENGINEER MAINTENANCE COMPLEX, PN: LUXC 001390. This is a sources sought announcement; a market survey for written information only. This is not a solicitation announcement for p roposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted r equesting a solicitation; there is no solicitation. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments fo r project presentations will be made. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government. Responses to this sources sought/market research notice will be used by the Government to make appropriate acqui sition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. The execution of this project is subject to availability of Federal Funds. United States Property and Fiscal Office for South Dakota USPFO-SD Purchasing and Contracting (P&C) is seeking U. S. Small Business Administration (SBA) sources with current relevant qualifications, experience, personnel, equipment, and capability to perform one proposed South Dakota Air Nationa l Guard project at Joe Foss Field, Sioux Falls, SD. The project Replace Base Civil Engineer Maintenance Complex, PN: LUXC 001390 may be solicited with award being a firm fixed price contract. The scope of the work for the Replace Base Civil Engineer Mai ntenance Complex (approx total of 30,200 SF), includes but it not limited to: Construct a new Base Civil Engineering Complex on a new site within the existing perimeter of the South Dakota Air National Guard Complex; demolish the existing BCE building and related pavements; demolish existing loading ramp; construct new loading ramp; construct new perimeter security fence; replace supply gate with crash gates; construct new cold storage building; and provide prewired workstations and offices. The project br eakdown consists of Civil Engineer Maintenance Shop Area, (approx 7,100 SF); Civil Engineer Administration Area, (approx 6,100 SF); Pavements and grounds storage area, (approx 8,000 SF); Civil Engineer storage area, (approx 6,000 SF); Disaster Preparedness Area, (approx 3,000 SF); Antiterrorism/Force Protection, (approx 16,200 SF); along with utilities, pavements, and site improvements; demolition/asbestos removal (approx 16,150 SF), communication support, prewired work stations, and AT/FP site improvements . The magnitude of this project is between $5,000,000 and $10,000,000. Source selection procedures will be utilized to determine awardee. In the event adequate qualified SBA 8a, HUBZone and SDVOSB contractors are not available for adequate competition for this project, it will be advertised as unrestricted. NAICS is 236220. The small business size standard is $31.0 million. All interested SBA 8a, HUBZone Business and SDVOSB concerns will provide this office, in writing, a notice stating their positive inten tion to submit a proposal for this project as a prime contractor no later than 28 February 2008. Their written notification, which shall not exceed 5 written pages, must include (1) positive statement of intent to respond to RFP as a prime contractor. (2) Identification of firm with appropriate SBA certification/documentation; where applicable, status of potential contractor will be verified via SBA PROnet. (3) A listing of projects completed as prime contractor which were completed during the past three ye ars, both for government and private industry, that are similar in size, scope and dollar value to the proposed project and the percentage of self-performed wor k and how that was accomplished. The type of project, dollar value, contract number, location and point of contact are to be included. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. (5) A statement verifying as the prime contractor your firm will self perform at least 20% or more of the work. Because the government reserves the right to set this acquisition aside for SBA 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Bus inesses based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. The SBA HUBZone certification, SBA 8(a) certification, and SDVOSB contractor documentation shall be p rovided in writing to Pat Zolnowsky, SDPFO-PC, Bldg 455, 2823 West Main, Rapid City, SD 57702-8186 or via email to: pat.zolnowsky@us.army.mil. No facsimile responses will be honored. All information included in offeror responses should be specific to this Sources Sought/Market Research Synopsis. Please respond to this announcement by 28 February 2008.
- Place of Performance
- Address: USPFO for South Dakota 2823 West Main Street, Rapid City SD
- Zip Code: 57702-8186
- Country: US
- Zip Code: 57702-8186
- Record
- SN01509182-W 20080216/080214225845 (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 |