MODIFICATION
Y -- Market Research Sources Sought LACC Phase 3 - Market Research SS Amend1
- Notice Date
- 2/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional 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-0038
- Archive Date
- 3/15/2012
- Point of Contact
- Ali Marshall, Phone: 817-886-1068, John H Rodgers, Phone: 817 886 1048
- E-Mail Address
-
Alisa.Marshall@usace.army.mil, john.h.rodgers@usace.army.mil
(Alisa.Marshall@usace.army.mil, john.h.rodgers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Interested Firm's shall respond to this Sources Sought Synopsis no later than 3:00 P.M Central Standard Time, [Amendment #1: February 29, 2012] NOTE: Correct response date is February 29, 2012 not March 7, 2012. Interested Firm's shall respond to this Sources Sought Synopsis no later than 3:00 P.M Central Standard Time, [Amendment #1: February 29, 2012] NOTE: Correct response date is February 29, 2012 not March 7, 2012. SOURCES SOUGHT SYNOPSIS For Market Research W9126G-12-R-0038 Lackland Ambulatory Care Center (LACC) Phase 3 (Three) Lackland Air Force Base, San Antonio, Texas This is a SOURCES SOUGHT SYNOPSIS for Market Research 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. Respondents will NOT be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for an award of a design-bid-build project/procurement for the construction of the Lackland Ambulatory Care Center (LACC) Phase 3 (Three) Project located on Lackland Air Force Base in San Antonio, Texas. Proposed project will be a competitive, Firm-Fixed Price, design-bid-build construction contract and will be procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB. The Government must ensure there is adequate competition among responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing construction of a 1,446,470 Square Foot facility for the third phase of a multi-story Ambulatory Care Center on special foundations. This phase will provide a new Specialty Care and Command/Support Center and support spaces. The construction entails departments such as: Pediatrics, Family Health, Urgent Care, Vaccine Health Research Lab, Chiropractic Clinic, Mental Health, Radiology, Medical Multimedia Dept, Logistics and Facility Management. The existing Wilford Hall Medical Center (current hospital) will be demolished in a later phase. Supporting facilities include utilities, site improvements, and access roads. The project will be designed in accordance with the criteria prescribed in Unified Facilities Criteria UFC 4-510-01, DoD Minimum Antiterrorism Standards for Buildings UFC 4-010-01, provide barrier-free design in accordance with DoD criteria and the DEPSECDEF Memorandum "Access for People with Disabilities" dated 10/31/2008, and applicable energy conservation legislation. The project will be designed to LEED 3.0 Silver Certified rating standard. Enhanced Commissioning. Operations and Maintenance Manuals, and Comprehensive Interior Design will be provided. Air Conditioning: 550 Tons. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: B etween $100,000,000 and $250,000,000. Estimated duration of the project is 720 calendar days after notice to proceed. Project is incrementally funded over 2 fiscal years, FY 2012 and FY 2013. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about May 9, 2012, and the estimated proposal due date will be on or about June 15, 2012. 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. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information : 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, 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) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, or SDVOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 7. Firm's Bonding Capability Interested Firm's shall respond to this Sources Sought Synopsis no later than 3:00 P.M Central Standard Time, [Amendment #1: February 29, 2012] NOTE: Correct response date is February 29, 2012 not March 7, 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Mrs. Ali Marshall, 819 Taylor Street, Room 2A19, Fort Worth, TX 76102 or email: alisa.marshall@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-R-0038/listing.html)
- Place of Performance
- Address: Lackland Air Force Base, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02681129-W 20120225/120223234400-fc88bba7cd66295f3193d34a4d1be594 (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 |