SOURCES SOUGHT
C -- Market Research & Sources Sought Notice for information on Capability/Availability of Potential Contractors to Perform AE Services to Support Design of Facilities Required in Bed-down of New Aircraft, KC-46A Tanker, Various Locations
- Notice Date
- 8/6/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-12-L-0011
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- Point of Contact
- Loretta L Tanner, 251 690-2692
- E-Mail Address
-
USACE District, Mobile
(loretta.l.tanner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to acquire IDC's for A-E services (FAR Part 16 Brooks Act procurement) throughout the Continental United States. The Air Force is in the process of identifying installations for the new KC-46A refueling tanker operational and training missions. Identification of installations is scheduled to be complete by January 2013. The Air Force is developing standard facility prototypes and standard D/B RFP's in support of the KC46A bed-down with Mobile District serving as a center of standardization and other Corps of Engineers districts with geographic responsibilities at the locations of new facilities using contract capacity from the potential IDC's acquired by Mobile District. A-E services are required to use the standard facility prototype D/B RFP's to develop site specific contract solicitations. Each selected installation will get at least one each of the KC-46A standard facility types. Development of the site specific D/B RFP contract solicitations for each facility type will be on virtually the same schedule to facilitate award of construction contracts and complete construction in time to meet the scheduled delivery date of the aircraft at the installation. The selected A-E's will have to be capable of handling multiple large projects on simultaneous schedules. Facilities in the KC-46A program may include: Hangars: Corrosion Control ($35M), Fuel Cell ($30M), and Maintenance ($23M). Flight Simulators ($7M). Squadron Operations Facilities ($8M). Aircraft Maintenance Units (AMU) Facilities ($6M). Fuselage Trainers ($6M). AFE (Airfield Flight Equipment) ($6M) FTU (Flight Training Unit) ($13M) It is anticipated that the KC-46A projects will be in the FY-14/FY-18 MILCON construction program, with design starting in FY-13. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $14 million. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Woman owned, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. 3. Description of capability to perform the proposed aviation facility design, manage A-E technical disciplines as subcontractors or in-house resources; prepare and comply with various DoD aviation design criteria, environmental constraints and permits; and capacity to execute this design effort with other ongoing contracts. 4. Past performance/experience on projects of similar scope, describing no more than three (3) projects that are design complete within the past five years of the issue date of this Notice. The past experience information should include project title; location; general description of the design/construction to demonstrate relevance to the proposed project; the firm's role in the project; dollar value of contract; and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO RESPONSES WILL BE ACCEPTED BY FAX OR E-MAIL. ALL RESPONSES MUST BE MAILED to: U.S. Army Engineer District Mobile, Attn: CT-C/Kelly Hallstrom, Contract Specialist, P.O. Box 2288, Mobile, AL 36628. Submittals are due no later than 30 calendar days after the date of this notice. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-L-0011/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN02828379-W 20120808/120806235540-f65ce53ff99b1211ef2b997bacb9e753 (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 |