Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

Y -- Construct Driver Training Range 8

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO Bldg 93, 1131 Chapel Crossing Road, Glynco, Georgia, 31524
 
ZIP Code
31524
 
Solicitation Number
10G242C01
 
Archive Date
4/29/2010
 
Point of Contact
Sonya D. Armstrong, Phone: 9122672542, Alberta L Abram, Phone: 912-267-2855
 
E-Mail Address
sonya.armstrong@dhs.gov, alberta.abram@dhs.gov
(sonya.armstrong@dhs.gov, alberta.abram@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to identify qualified construction firms capable of providing all labor, material, equipment, transportation, supervision and quality control required to demolish an existing and construct a new Emergency Response/Tactical Automobile/Emergency Law Enforcement Driver Training Range at the Federal Law Enforcement Training Center, Driver and Marine Division Training Area in Glynco, Glynn County, Georgia. THIS IS NOT A SOLICITATION ANNOUCEMENT FOR PROPOSALS 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 ANNOUCEMENT. The proposed construction project consists of an Emergency Response/Tactical Driver Training Range on a 75 acre site. The existing facility is a driver training range track constructed as an overlay on an old air field. The proposed construction is to mill, demolish and excavate 1.53 miles of existing driver training track, mill, store and recycle all of the airfield pavement, place and compact the milled asphalt as a base course and construct a new 1.48 mile driver training range of recycled asphalt base and asphaltic concrete pavement. The project site construction limits encompass 75 acres including 65 acres of disturbed land area. Project work includes survey layout and staking, erosion and sediment control with monitoring, asphalt milling and/or in place recycling removal or removal, storage and reuse of milled asphalt material, cut and fill earthwork, construction of storm damage swales, catch basins and RCP culverts, construction of instructor observation/evaluation platforms, a 500 square foot open sided canopy covered student break/instruction area with bleachers, construction of asphalt driving track with safety apron, secondary electrical power, incidental site work and landscaping, 700 square foot restroom facility with power, water and sanitary sewer. All primary power line work, removal of poles, guys and lines, installation of primary underground electric distribution system, transformer installation and connection, secondary power line connection at transformers, and street lighting will be carried out by Georgia Power at no cost to the contractor. The contractor shall coordinate with Georgia Power in advance for schedule coordination and include the Georgia Power work as an activity on the project schedule. The NAICS code for this project is 237310. The Small Business Size Standard is $33.5 Million. The estimated price range for this project is between $5M and $10M. This procurement will be negotiated on a best value basis in accordance with FAR 15.101. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to three (3) projects that best demonstrate the company's experience with specialized law enforcement facilities. Projects should be representative of NAICS 237310 and be similar in size, scope, and complexity to this requirement and demonstrate recent prime contractor organizational specialized experience, and expertise in the construction of practical application driver training facilities requirements as outlined above. Respondents should provide a statement of the company's capability relative to the requirement. Respondents shall provide bonding capacity for both a single contract and aggregate capacity. Sources Sought Responses: Provide information on your company's 1) Experience 2) Past Performance, and 3) Financial Strength to handle this contract. We are seeking responses from only those firms who would be the prime construction firm. We are NOT seeking feedback from subcontractors. 1. Provide information concerning your experience on at least 3 completed or substantially completed projects within the last 5 five years (April 2005-April 2010), relevant projects of similar size, scope, and complexity, including a description of the project, construction cost and completion date. 2. Provide information concerning your past performance on the relevant projects that are submitted, and provide information demonstrating satisfactory performance, and contact information for references. 3. Provide your bonding capacity for both a single contract and aggregate capacity. This letter should clearly identify the business size: large business or small (if small indicate which if any of the following Federal Government sub-categories apply to your company: 8(a) certified Small Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, Woman Owned Small Business). Respondents will not be notified of the results of the evaluation. DHS will use the information provided for technical and acquisition planning. If adequate numbers of responses are received from technically qualified 8(a), HUBZone, or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on a set-aside basis. Analysis of the quantity and quality of responses to this sources sought synopsis will be heavily weighted in the market research being conducted and in the making of any small business set-aside determination for this requirement. All proprietary information not to be disseminated in Government documents must be clearly defined. Please respond to this announcement by 2:00 p.m. Eastern Time on 14 April 2010, no more than 2 typewritten pages. The information may be submitted preferably via email to the Contract Specialist at sonya.armstrong@dhs.gov or faxed to Sonya Armstrong at 912-267-3132. The subject line of the Email shall state 10-Range 8, Glynco, GA. Responses (No more than 2 typewritten pages) shall include the following information: Reference 10-Range8, Glynco, GA, Company Name, DUNS number, address, point of contact, phone number, email address and business size. Responses received after the deadline or without required information shall be considered unacceptable and will not be considered. This is a Sources Sought Announcement, no evaluation letters and/or results will be issued to the participants. When available, the resultant pre-solicitation notice and solicitation will be posted at this website, www.fbo.gov. This synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), HUBZone Small, Service Disabled Veteran-Owned Small Business, or any other set-aside arrangement as deemed appropriate for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/10G242C01/listing.html)
 
Place of Performance
Address: Federal Law Enforcement Training Center, Glynco, Georgia, 31524, United States
Zip Code: 31524
 
Record
SN02115376-W 20100409/100407235339-6bf58b8e66b277521acf1c939f17a990 (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.