MODIFICATION
Y -- Tactical Unmanned Aerial Systems (UAS) Maintenance Hangar at Fort Hood, TX; W9126G-12-R-0063 - Sources Sought Amended
- Notice Date
- 2/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-12-R-0063
- Point of Contact
- LaDell P. Barnes, Phone: 817-886-1162
- E-Mail Address
-
ladell.p.barnes@usace.army.mil
(ladell.p.barnes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Amended NOTE: This is a SOURCES SOUGHT Inquiry 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 needs of the U.S Army for a Tactical Unmanned Aerial Systems (UAS) Maintenance Hangar at Fort Hood, TX. The intent of this synopsis is to access industry's (Large and Small) business capability and interest in performing construction work for the following buildings for work consisting of a standard design and construction Tactical Unmanned Aerial Systems (UAS) Maintenance Hangar. Primary facilities include the hangar, entrance control point; parking apron; aircraft apron wash pad, building information systems; fire alarm and fire suppression systems; Intrusion Detection Systems (IDS) installation; and Energy Monitoring and Control System (EMCS) connections. Supporting facilities include electrical, water, sanitary sewer, and gas utilities, paving, parking, walks, curbs and gutters, storm drainage, security lighting and fencing, site improvements, and information systems. Heating will be provided by self-contained systems. Access for persons with disabilities will be provided. Anti-Terrorism/ Force Protection (AT/FP) measures will be provided. Heating and air conditioning will be provided by self contained units. Comprehensive building and furnishings related design services are required. Special foundation work is required due to expansive soils. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be included. Air Conditioning (Estimated 86 Tons). The anticipated North American Industry Classification System (NAICS) codes for this program is 236210, Commercial and Institutional Building Construction with a corresponding Standard Industrial Code (SIC) of 1542; and a Business Size Standard of $33.5 Million. Magnitude of Project ($25,000,000 to $100,000,000. The anticipated solicitation issuance date is on or about April 2012 and the estimated proposal due date will be on or about June 2012. Award is anticipated on or about August, 2012. NOTE: These dates are subject to change. Construction duration is limited to 395 calendar days (approximately). The proposed construction project will be a Firm Fixed Price contract. The solicitation will be a Single Phase Design-Bid-Build and construction. Request for Proposal with the contract 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. Interested Offerors shall respond to this Sources Sought Synopsis by responding to ladell.p.barnes@usace.army.mil by 2:00 pm Central Standard Time, February 26, 2012. The Point of Contact for this action is LaDell P. Barnes, Contract Specialist, Fort Worth District Corps of Engineers. 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 in the construction duration; 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); Offeror's Business Size whether Large or Small Business (HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a); and Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Minimum bonding capacity of $35,000,000.00 is required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-R-0063/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Fort Worth District P.O. Box 17300, Fort Worth, Texas, 76102, United States
- Zip Code: 76102
- Zip Code: 76102
- Record
- SN02677704-W 20120218/120216235508-68acfcee78e60666c535d85cb78fcd8d (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 |