Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2010 FBO #3034
SOURCES SOUGHT

Y -- Design build phase one of the Klamath Falls Armed Forces Readiness Center, Kingsley Field Air National Guard Base

Notice Date
3/14/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV10R0004
 
Response Due
3/29/2010
 
Archive Date
5/28/2010
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE --- DESIGN BUILD PHASE ONE OF THE KLAMATH FALLS ARMED FORCES READINESS CENTER, KINGSLEY FIELD AIR NATIONAL GUARD BASE. The United States Property and Fiscal Office for Oregon and the Oregon Military Department have chartered a joint facility to be constructed on the Kingsley Field Air National Guard Base. The joint project is called the Klamath Falls Armed Forces Readiness Center (KFAFRC). The entire facility when 100% design and constructed will include spaces for the 173d Security Forces Squadron, Oregon Air National Guard and Troop C 1-82nd Cavalry, Oregon Army National Guard. The owner of this solicitation is the USPFO for Oregon. The purpose of this sources sought is to gain knowledge of potential DESIGN BUILDERS and their socio economical status interested in submitting a proposal to the United States Property and Fiscal Office for Oregon for this project. The requirements or deliverables of this project will include, but are not limited to the following which will be performed in two stages by the selected design builder: (1) Design entire Klamath Falls Armed Forces Readiness Center to 35% (2) Design and Construction Air National Guard spaces for the 173d Security Forces Squadron to 100%. Design and construct of Phase one shall provide for future expansion of the facility and shall do such in a manner to provide a joint feeling at the completion of the Phase two construction. At this time, Phase two construction will NOT be included in this scope of work. The target object for this project is estimated at or around $5.5 Million. The resulting contract will be a firmed fixed price contract. The successful Contractor must design and construct a complete and usable facility, as described in the RFP documents This project will be advertised using Best Value, two-step design-build solicitation procedures. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price. Evaluation and source selection procedures will be utilized to determine the awardee. A detailed project description and overall project performance requirements will be included in the Request For Proposals (RFP) package. A minimum of three and a maximum of five contractors will be selected to participate in step two of the proposal process. A stipend is planned for award to those firms that were selected to participate in step two of the proposal process and did not receive the award. The North American Industry Classification System (NAICS) code for this project is 236220 and the small business size standard for this NAICS is defined as having average annual receipts of less than $33.5 Million for the past three years. Interested, bondable, small business having the skills and capabilities necessary to perform the stated requirements as the prime design builder are invited to submit (1) positive statement of intention to submit a proposal as a prime contractor; (2) a completed and signed Sources Sought Information Request Form (see form attached) that includes an attachment with the following information listed (a) a submittal of three references of similar work that your firm has performed within the last three to five years (b) The type of project performed, a brief narrative of the scope of work performed, dollar value of the project (including any and all change orders and claims), contract number, location of work, point of contact for the contract administering office and owner project inspector and indication of where your firm was the prime or subcontractor on each of the projects listed (c) Bonding letter and/or certificate from bonding provider for amount listed above. Note to offerors, bonding firms must be listed in the Department of Department of the Treasury's Listing of Approved Sureties (Department Circular 570) to be considered for award. This circular can be located at http://www.fms.treas.gov/c570/c570_a-z.html. The additional information or attachment required per the Sources Sought Information Request Form shall be typewritten and shall not exceed ten (10) pages. All interested small business concerns shall provide the previously listed information to the Contracting Officer (Jody Owens) at jody.owens@us.army.mil no later than March 29, 2010, 2:00 P.S.T. In the event adequate small business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. No facsimile or mailed responses will be honored. Construction opportunities are posted at the Federal Business Opportunities website at https://www.fbo.gov. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A Invitation for Bids, Request for Proposals, nor a Request for Quotations and shall not to be construed as a commitment by the government to issue an contract or otherwise pay for the information solicited. The Phase one Request For Proposal may be issued by the USPFO for Oregon during the month of April. Offerors should routinely check the Federal Business Opportunities website for future information regarding this project. No further information is available from the 173d Security Forces Squadron, Oregon Air National Guard, Troop C 1-82nd Cavalry, Oregon Army National Guard or the USPFO for Oregon.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV10R0004/listing.html)
 
Place of Performance
Address: Kingsley Field Air National Guard Base 221 Wagner Street Klamath Falls OR
Zip Code: 97603
 
Record
SN02091864-W 20100316/100314233033-bf78009cc3c402b50f188d326edc0cd3 (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.