Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2012 FBO #3814
SOURCES SOUGHT

Y -- Title: Sources Sought for Proposed Design Build, of the C-130J Flight Simulator Addition Construction project at Little Rock AFB, AR.

Notice Date
5/2/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-12-R-6020
 
Response Due
5/14/2012
 
Archive Date
7/13/2012
 
Point of Contact
Alicia Moore, 501-340-1262
 
E-Mail Address
USACE District, Little Rock
(alicia.m.moore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Media: Federal Business Opportunities www.fbo.gov Estimated Construction Range IAW with FAR 36: $1M -5M NAICS Code: 236220 Small Business Size Standard: $33.5M Federal Service Code: Y1EB DESCRIPTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the U.S. Army Corps of Engineers (USACE) - Little Rock District. This contract is being procured in accordance with FAR Parts 15, 19, and 36. All questions regarding this Sources Sought should be submitted in writing to the following email address: alicia.m.moore@usace.army.mil. The purpose of this SS is to identify technically qualified Small Business concerns, with considerations to the following Small Business sub-categories: Section 8(a), Historically Underutilized Business Zones (Hub-Zone), Woman Owned, Service-Disabled Veteran-Owned (SDVOSB) and Historical Black Colleges and Minority Institutions (HBCU/MI). THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Respondents will not be notified of the results this synopsis. The Scope of Work includes, but is not limited to the construction of a high-bay, Weapons System Trainer (WST), addition to existing flight simulator facility 1231. Addition to mirror existing facility architecture and include concrete footings and slab on grade, structural steel frame, standing seam metal roof, brick exterior walls, fire protection/ suppression. Support areas include classrooms, briefing rooms, secure rooms, offices, restrooms, storage, communications equipment room, electrical/hydraulic/mechanical room, and circulation. Site work includes special foundations, asphalt access roadway, concrete walkways, and 21 parking spaces. Force protection measures to be incorporated IAW DoD and USAF Installation Force Protection standards and Leadership in Energy and Environmental Design (LEED) standards. The project will be designed and certified to the LEED Silver in accordance with the U.S. Green Building Council (USGBC) program requirements. The following parameters will be used as the current Air Force MILCON baseline for energy compliance: - Energy Policy Act of 2005 (EPAct 2005) requirement to meet ASHRAE 90.1 2007 30% energy reduction mandate. - LEED Silver Certification. - Energy Independence and Security Act of 2007 (EISA 2007) requirements to achieve a 55% reduction in the use of fossil fuels. This is a design build project. Work shall be performed in accordance with the terms and conditions of any resultant contract. Prior to an offeror receiving an award as a result of any resulting solicitation, the offeror must be registered and have an active, valid registration in the Central Contractor Registration (CCR) database. To obtain information on CCR and/or to register with CCR, visit the following web site: http://www.ccr.gov. IAW FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform: at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1.Firm's name, addresses, point of contact, phone number, and e-mail address; 2.Firm's interest in providing a proposal on the pending solicitation once issued; 3.Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs; at least two of the projects provided must be valued at/over $3M and within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., medical, educational type facility), start and completion dates, and the project owners' contact information as this person may be contacted for further information. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 4.Personnel: Contractor must have the following personnel: Project Manager, Safety Officer, Quality Control Manager and On-Site Project Superintendent. 5.Provide company business size as designated by the NAICS and the U.S. Small business Administration. Also, provide business status for small business category and business size (Section 8(a), Historically Underutilized Business Zones (Hub-Zone), Women Owned, Service Disabled Veteran Owned (SDVOSB) and Historical Black Colleges and Minority Institutions (HBCU/MI)); 6.Firm's Joint Venture information, if applicable; and 7.Firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested contractors submit a response (electronic submission) of no more than 5 pages in length that addresses the above information. Please also include a cover page, which includes, at a minimum: the company's name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. The Capabilities Statement for this Sources Sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. Award will be based on overall "Best Value" to the Government. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. Anticipated solicitation issuance date is on or about [2 Oct 2012], and the estimated proposal due date will be on or about [8 Jan 2012]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities inviting firms to register electronically to receive a copy of the solicitation when and if a solicitation is issued. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. INTERSTED FIRM'S SHALL REPSOND TO THIS SOURCES SOUGHT NO LATER THAT 2:00 PM CENTRAL TIME ON THE 14 May 2012 via *e-mail to the primary point of contact listed below, No phone calls will be accepted. Contracting Office Address: US Army Corps of Engineers-Little Rock District 700 West Capitol Ave Little Rock, AR 72203 Primary Point of Contact: Alicia Moore, alicia.m.moore@usace.army.mil Secondary Point of Contact: Darrell Montgomery darrell.montgomery@usace.army.mil *E-MAIL IS THE PERFERRRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-12-R-6020/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02737168-W 20120504/120502235525-445ae9325ceed929131654fb094ec529 (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.