SOURCES SOUGHT
Y -- Design and Construct Taji Air Traffic Control Tower; Taji, Iraq
- Notice Date
- 2/27/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, Gulf Region Central District, Gulf Region Central District - Iraq, XR W6EX GRD Central District, KO Operation Iraqi Freedom, APO, AE 09335
- ZIP Code
- 09335
- Solicitation Number
- W917BG-09-R-XXXX
- Response Due
- 3/10/2009
- Archive Date
- 5/9/2009
- Point of Contact
- Vincent Daniels, 540-665-2667<br />
- 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 CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Central District has been tasked to solicit for and award a project to include the design and construction (Design-Build Contract) for a Air Traffic Control Tower at Taji Air Base; Taji, Iraq. The proposed 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 follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various contractors to compete and perform a Firm Fixed Price Contract. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The project will be divided into three parts: design/build (D/B) the tower, equipment integration, and tower certification. This synopsis addresses only the design/build part of the project. The Air Traffic Control Tower (ATCT) will be designed in accordance with International Civil Aviation Organization (ICAO) standards. Essential design specifications will be provided as part of the solicitation. Design and Construction Services to be performed under the firm fixed price contract will consist of constructing one Air Traffic Control Tower. The Taji Air Traffic Control Tower (ATCT) shall be designed to house typical air traffic control systems and subsystems. Procurement and installation of all required ATCT navigation, radar, supporting and simulation air traffic control display and automation systems and subsystems will be provided by a separate equipment integration contractor. The project includes but is not necessarily limited to: fully automatic fire protection system, electrical service mains, distribution panels, lighting and control panels, HVAC systems, freight elevator, back-up power generation with supporting cabling, transfer switches, and panels, and power distribution to all navigation, radar, supporting and simulation air traffic control display and automation systems and subsystems. The D/B contractor will tie-in to existing power and sewer utilities. It is anticipated that the Taji ATCT will be a minimum of nine levels high, including a prefabricated/pre-engineered Air Traffic Control Tower cab. The ATCT cab will be mounted above the support tower. The corresponding tower height (not including antennae) is estimated to be 29 meters (98 feet) high. This building is not designed to accommodate the handicapped due to only able bodied military personnel will operate in and around the facility in accordance with TI 800-01. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is estimated to be 360 calendar days. Prior Government contract work is not required for submitting a response under the sources sought 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, feasibility 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 Agency (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 electrical 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 if 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 and the estimated proposal due date is to be determined. The official Synopsis citing the solicitation number, and inviting Offerors to receive a copy of the solicitation when it is issued will be available on a date to be determined. 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, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Interested Offerors shall respond to this Sources Sought Synopsis no later than 17:00 PM (Local Time) 10 March 2009. Email or mail your response to Mr. Vincent Daniels, Contract Specialist, ATTN: CEGRC-CT, MNC-I 7 UNIT 42029, USACE-Gulf Region Central District, APO, AE 09342-2029, Email address: Vincent.e.daniels@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=035d9ca509da273db8561a7f1a73deb5&tab=core&_cview=1)
- Place of Performance
- Address: Gulf Region Central District - Iraq XR W6EX GRD Central District, KO Operation Iraqi Freedom APO AE<br />
- Zip Code: 09335<br />
- Zip Code: 09335<br />
- Record
- SN01759377-W 20090301/090227221526-035d9ca509da273db8561a7f1a73deb5 (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 |