Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
MODIFICATION

Y -- Sources Sought Amendment

Notice Date
11/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-11-R-0010
 
Response Due
12/2/2010
 
Archive Date
1/31/2011
 
Point of Contact
Otse A. Adikhai, (213) 452-3248
 
E-Mail Address
USACE District, Los Angeles
(otse.a.adikhai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation No: W912PL-11-R-0010 Title: Free Fall Simulator (Design/Build) Location: Yuma Proving Ground, Arizona Issue Date: 18 November 2010 Due Date: 2 December 2010 Price Range: $5,000,000.00 to $10,000,000.00 Media: Web Contracting POC: Otse Adikhai 213.452.3248 This is a SOURCES SOUGHT SYNOPSIS. This announcement is seeking information from industry, which will 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 purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB); and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in one Firm Fixed Price Contract with a price range of $5,000,000.00 to $10,000,000.00. Selection of the successful contractor will be based on the Best Value Tradeoff Process using evaluation criteria that will be established in a future RFP. The North American Industry Classification Code (NAICS) for this procurement is 236220 "Commercial and Industrial Building Construction" The Small Business Size Standard is $33,500,000.00. Concerns must submit a narrative describing their Company's ability to perform work that is comparable to the work described by this synopsis. The work will consist of design, build, construct a free fall training simulator including classroom and instruction area, mechanical room, restrooms, showers, offices, break room, storage space, simulator control room, and communication room (facility is 6,000 square feet; and 2,082 square feet will be for two classrooms). Supporting facilities include all related site work and utilities (electrical distribution, water supply well, septic system, and treatment system), fire detection and suppression, energy management control integrated to match local the local system, lighting, information systems, networks, access roadways, privately owned vehicle parking, walks, curbs and gutters, storm drainage, site accessories, landscaping and other site improvements. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) "Silver."Force protection measures include perimeter barriers (fencing), access control measures, and minimum stand-off distances. Facilities will include provisions for handicap accessibility. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Under 52.236-1, The Contractor shall perform on the site and with its own organization, work equivalent to at least 15% of the total amount of work to be performed under the contract. Prior Government contract work is not required for submitting a response under this 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, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Firm's response to this Synopsis shall be limited to 8 pages and shall include the following information (Please number each entry in accordance with information below). 1. Company's name, address, point of contact, phone number, and e-mail address. 2. Company's interest in bidding on the solicitation when it is issued. 3. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute the design and construction, experience of the prime design contractor as well as any major design subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project) provide at least 3 examples. Please note: Work Plans accomplished under Performance Oriented Construction Activity Contracts (POCA contracts) do not constitute design build experience. Such experience will not be accepted as Design Build. 4. Company's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a). 5. Company's Joint Venture information if applicable - existing and potential 6. Company's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2 December 2010 by 2:00 PM. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail Address: USACE, Los Angeles District, 915 Wilshire Blvd, ATTN: Mr. Otse Adikhai, CESPL-CT-E, Los Angeles, CA 90017 - The email address is: Otse.A.Adikhai@usace.army.mil. The fax number is (213) 452-4184 Anticipated solicitation issuance date is on or about 23 December 2010, and the estimated proposal due date will be on or about 21 January 2011. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-11-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02335564-W 20101202/101130234248-c48535ef64c58425a37f43adb4e11bed (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.