SOURCES SOUGHT
Y -- SMALL BUSINESS SOURCES SOUGHT NOTICE FOR TRAINING CENTER COMPLEX (TCC)
- Notice Date
- 2/18/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Colorado, ATTN: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, CO 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-12-R-0003
- Response Due
- 3/2/2012
- Archive Date
- 5/1/2012
- Point of Contact
- Jesse Searles, 720-847-8678
- E-Mail Address
-
USPFO for Colorado
(jesse.searles1@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- TRAINING CENTER COMPLEX---THIS IS A SOURCES SOUGHT NOTICE SEEKING INTEREST FROM THE SMALL BUSINESS COMMUNITY ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this notice. The purpose of this synopsis is to gain knowledge of potential Small Businesses. The Government is researching to identify potentially qualified 8(a) contractors, Historically Underutilized Business Zone contractors (HUBZone), Service Disabled Veteran-Owned Small Business contractors (SDVOSB), and Small Business contractors (SB). United States Property & Fiscal Office - Colorado anticipates the solicitation and award of a contract to build a new Training Center Complex. The estimated cost range, per Defense Federal Acquisition Regulation 236.204, is between $25,000,000 and $100,000,000. The NAICS Code is 236220, under the index title Commercial and Institutional Building Construction. The size standard for this NAICS code is $33.5 million (additional information on small business size standards and small business programs can be found at www.sba.gov). Note that different set-asides require different agreements. Per Federal Acquisition Regulation (FAR) 52.219-14 (c) (3), a small business or 8(a) set-aside requires the SB concern or 8(a) concern to perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Per FAR 52.219-27 (d) (3), a SDVOSB set-aside requires that at least 15 percent of the cost of the contract performance incurred for personnel be spent on the concern's employees or the employees of other SDVOSB concerns. Per FAR 52.219-3 - Notice of HUBZone Set-Aside or Sole Source Award (d) (3): (i) At least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees or on a combination of the HUBZone prime contractor's employees and employees of HUBZone small business concern subcontractors; and (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns. Additional information for the clauses listed above can be found at http://farsite.hill.af.mil. This action will not be subject to WOSB or EDWOSB set-asides. All interested Small Business concerns will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 2 March 2012. This notification, which shall not exceed five typewritten pages, MUST include a (1) positive statement of intent to bid as a prime contractor; (2) a completed and signed Sources Sought Information Request Form (attached); (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, and point of contact are to be included. Indicate if you were the prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor; (4) A brief outline of resources, subcontractors, and key personnel that will be used to accomplish the contract. If you intend to propose as a Joint Venture (JV) please state so, and identify who the small business JV partner will be (reference clauses and rules on JVs at 13 CFR, 121 (SB), 124 (8(a) - contact District SBA Office for rules), 125 (SDVOSB), 126 (HUBZone) and 127 (WOSB) for respective JV requirements {internet search keyword "Electronic Code of Federal Regulations"}); and (5) a letter from your surety with your maximum bonding capacity per project. This project will be advertised as unrestricted in the event adequate Small Business contractors are not available to provide for sufficient competition. The required information must be provided in writing to: USP&FO-CO, Purchasing and Contracting, Attn: Mr. Jesse Searles, CPT Nicole Jensen, and Mr. Mark Schoenrock, 660 S. Aspen Street, Bldg 1005, MS 66, Buckley Air Force Base, Aurora, CO 80011. Required information can also be sent via email to the following addresses: jesse.searles1@us.army.mil, nicole.jensen@us.army.mil, and mark.schoenrock@us.army.mil. ALL REQUIRED INFORMATION MUST BE SUBMITTED NO LATER THEN 2 March 2012, 3pm, MST. SCOPE OF WORK: The services to be rendered include construct a new Training Center Complex and all ancillary facilities located on federal land under the control of the United States Army. The complete construction of a new battalion sized Training Center Complex at Fort Carson, Colorado includes Troop Barracks, Officer Billets, Battalion Headquarters, Site Headquarters, Facility Engineering Maintenance and Storage Building (FEMSB), and a Weapons Training and Simulation Building. The Training Center Complex is approximately 214,000 square feet. These facilities will be constructed with permanent masonry type walls and sloped standing seam roofs to conform with Fort Carson design guidelines, concrete floors, designed for emergency power generator backup, energy efficient mechanical and electrical equipment with automated HVAC, security access and lighting controls. Supporting facilities will include asphalt POV parking and access roads, site utilities, concrete entrances, security lighting, and sidewalks. It is intended that this project will be LEED Silver certified as a minimum, with the goal of LEED Gold.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-12-R-0003/listing.html)
- Place of Performance
- Address: USPFO for Colorado ATTN: Mail Stop 66, 660 South Aspen Street, Building 1005 Aurora CO
- Zip Code: 80011-9511
- Zip Code: 80011-9511
- Record
- SN02678907-W 20120220/120218233035-520305421f20aa1ae00dc22a38761f74 (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 |