SOURCES SOUGHT
Y -- DES Headquarters & Police Station, White Sands, New Mexico
- Notice Date
- 3/7/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-11-SS001
- Response Due
- 3/17/2011
- Archive Date
- 5/16/2011
- Point of Contact
- Andy Nelson, 817-886-1055
- E-Mail Address
-
USACE District, Fort Worth
(andrew.j.nelson2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, Fort Worth District, will use information obtained under this synopsis to develop an acquisition strategy to meet a need of the U.S Army at White Sands Missile Range, New Mexico, DES Headquarters & Police Station. 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 access industry's (large and small business concerns (including 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran Owned Small Businesses (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) capability and interest in performing construction work for the following building type: Construct a two-story 35,950 SF Department of Emergency Services Headquarters and Police station, and security respondent facility, containing administrative areas, multi facet 1,400 SF secured emergency and dispatch telecommunications area, lobby area requiring special ATFP bullet resistant construction, file, supply, records and evidence storage areas, detention interview and processing areas, including holding cell areas, 500 SF secure arms vault and adjacent secured arms cleaning and issue rooms, information systems, uninterrupted power supply, fire protection and alarm systems, intrusion detection system and demolition of old facility. Exterior walls are combination of structural steel frame / steel stud / EFIS and stone veneer wainscot around the administrative and staff areas and load-bearing CMU / EFIS walls in the detention area. In accordance with the Installation Architectural Theme, select exterior walls are "battered walls" i.e., constructed with a sloped exterior face. Special systems include solar water heating, a roof-mounted photovoltaic panel array for electrical power, and natural gas powered emergency generator to supply full building energy requirements. Site work includes pav & secured parking and secure yard due to holding cell capability, several hundred LF of rock wall for security and aesthetic purposes. Also included is a 600 SF secure Sally port for prisoner processing, offsite POV parking and offsite across installation concrete encased conduit duct bank work. The estimated magnitude of contraction is between $10,000,000.00 and $25,000,000.00. The anticipated North American Industry Classification System (NAICS) codes for this program is 236220, Commercial and Institutional Building Construction with a corresponding Standard Industrial Code (SIC) of 1542; and a Business Size Standard of $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the work. The anticipated solicitation issuance date is on or about 21 April 2011. The proposed construction project will be a Firm Fixed Price contract. The contract will be awarded based on a "Best Value" evaluation of contractor qualifications and prices. However, the actual procurement method will be determined based on the responses received from this sources sought synopsis. Offeror's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1) Offeror's name, address, point of contact, phone number, and e-mail address; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to meet design personnel requirements; 4) Offeror's capability to perform a contract of this magnitude and complexity in the construction duration; provide comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); 5) Offeror's Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a); 6) Offeror's Joint Venture information if applicable - existing and potential; and 7) Offeror's 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 by responding to andrew.j.nelson2@usace.army.mil no later than 2:00 pm Central Standard Time on 17 March 2011. The Point of Contact for this action is Andrew J. Nelson, Contract Specialist, Fort Worth District Corps of Engineers, at 817-886-1055 or e-mail at andrew.j.nelson2@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-SS001/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02394559-W 20110309/110307234127-9934ed615f50124e33c5713ca649b145 (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 |