Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOURCES SOUGHT

Y -- SOF C-130 Washrack Hangar, Cannon Air Force Base, Curry County, New Mexico

Notice Date
10/26/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-12-R-0004
 
Response Due
11/16/2012
 
Archive Date
1/15/2013
 
Point of Contact
Kathleen Mayer, 505-342-3391
 
E-Mail Address
USACE District, Albuquerque
(kathleen.mayer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to 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 U.S. Army Corps of Engineers -Albuquerque District has been tasked to solicit for and award a project to include the construction of a SOF C-130 washrack hangar, Cannon Air Force Base, Curry County, New Mexico. Proposed project will be a Firm Fixed Price contract. 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 gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Construction Services to be performed under the firm fixed price contract will consist of the construction of an indoor wash facility for aircraft up to the size of a C-130 aircraft. The facility consists of reinforced concrete footings, foundation and floor slab, structural steel frame, insulated metal walls and roof, fire protection, apron and taxiway improvements, utilities, site improvements, communication and all necessary support. Unique systems include: foam guns, high pressure washrack detergent system, oil/water separator, boiler for aircraft washing, compressed air and an overhead monorail. Trench drains running the length of the hangar will conduct the wash water runoff into an oil/water separator and then into a storage tank. The storage tank will be connected into the CAFB sanitary sewage system. Estimated Construction Range: Between $10,000,000.00 and $25,000,000.00. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition 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. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 17 January 2012, and the estimated proposal due date will be on or about 17 February 2012. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 29 December 2011. Offeror's response to this Synopsis shall be limited to 5 pages and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's experience in the construction of projects similar to work described in this sources sought notice within the past 7 years -brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) -provide at least 3 examples. Offeror's Customer References Offeror's type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) Offeror's Joint Venture information if applicable -existing and potential Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested offerors should be able to demonstrate bonding capacity well within the estimated construction range listed above. Interested Offerors shall respond to this Sources Sought Synopsis no later than 02:00 PM (MST) 16 November 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Kathleen Mayer, Contract Specialist, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. (505) 342-3496, Email address: kathleen.mayer@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-12-R-0004/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02613341-W 20111028/111026234333-fef2057a76ea80221900ab9c2deb8aa6 (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.