Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOURCES SOUGHT

Y -- Design/Build for the F-22A Add/Alter Hangar Bay Low Observable/Composite Repair Facility, Langley Air Force Base, VA

Notice Date
3/12/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-10-R-0016
 
Response Due
4/12/2010
 
Archive Date
6/11/2010
 
Point of Contact
Debora Gray, (757) 201-7551
 
E-Mail Address
USACE District, Norfolk
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement is part of a market survey for information to be used for preliminary planning purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineer, Norfolk District is seeking DESIGN-BUILD sources for the F-22A Add/Alter Hangar Bay Low Observable/Composite Repair Facility, Langley AFB, Virginia. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various 8A; Hubzone; Service Disable Veteran; Small Business; and Large general contractors in order to make an appropriate acquisition strategy for the above project. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award a DESIGN-BUILD prime contract for the required services. Interested sources must state whether they are capable of providing services required for the facility design/construction. The Government must ensure there is adequate competition among the potential pool of available small business contractors. The proposed acquisition will consist of the F-22A Add/Alter Hangar Bay Low Observable/Composite Repair Facility. PROJECT INFORMATION: SEE ATTACHMENTS ESTIMATED CONSTRUCTION RANGE: Between $5,000,000 - $8,000,000 for the project. ESTIMATED DURATION: 540 - 720 days. ESTIMATED AWARD TIME RANGE: October 2010 January 2011 North American Industry Classification System (NAICS) code is: 236220. Small Business Size Standard 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. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Offerors responses to this synopsis for the following questions are sought from prospective prime contractors. Responses shall be limited to 5 pages. Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in proposing on the solicitation/s when issued. Offerors capability in meeting a contract duration of 540 days. Offerors capability in building a project meeting the technical requirements indicated in this announcements attachments. Offerors capability to perform a contract of this magnitude and complexity (include offerors capability to execute the design and construction, design-build experience, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. Offerors type of small business and business size whether HUBZone, Veteran Owned, Service Disabled Veteran Owned Business, 8(a), or large business. 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 firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Eastern Daylight Time, on 12 April 2010. All interested contactors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: via e-mail to the attention of Debbie Gray at debora.s.gray@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0016/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN02091807-W 20100314/100313000531-e926ccf77d6df13f08626c81d153bdf6 (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.