Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

38 -- MODIFICATION OF SOURCES SOUGHT SYNOPSIS For Construct a SOF Maintenance Hangar/ AMU Cannon Air Fore Base, Clovis, New Mexico (USA)

Notice Date
3/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Albuquerque, US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP09R9999
 
Response Due
3/20/2009
 
Archive Date
5/19/2009
 
Point of Contact
Francesca M. Thomas, 5053423453<br />
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. 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 Albuquerque District has been tasked to solicit for and award a project to include the construction of a SOF Maintenance Hangar/ AMU at Cannon AFB, Clovis, New Mexico (USA). Proposed project will be a Firm Fixed Price contract. 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 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 competition among the potential pool of responsive contractors. Construction Services to be performed under the firm fixed price contract will consist of constructing a facility that will provide indoor aircraft jacking, flight control replacement, rigging, and other required heavy maintenance. This hangar will also house support sections which include bench stock, tools, avionics maintenance and dedicated supply support unit. Mobility tasking necessitates storage of war readiness kits close to aircraft and maintenance area. Work on this hangar will also require reinforced concrete footings, foundation and floor slab, structural steel frame, insulation of metal walls and roof, fire protection, apron and taxiway improvements, and utilities, as well as site improvements, a communication system and all necessary support. Estimated Construction Range: Between $10,000,000 and $25,000,000 North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5 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 sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 15 May 2009, and the estimated proposal due date will be on or about 15 June 2009. 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 anticipated to be available on or about 1 May 2009. 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 perform a contract of this magnitude and complexity (include offerors experience in the construction of hangars and airfield pavement 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. "Offerors Customer References "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) "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 02:00 PM (MST) 20 March 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Francesca Thomas, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505) 342-3496, Email address: francesca.m.thomas@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=2935c9b2a64fe47717c6aff3975b7e9a&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM<br />
Zip Code: 87109-3435<br />
 
Record
SN01769169-W 20090315/090313220423-2935c9b2a64fe47717c6aff3975b7e9a (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.