Design/Construct 7 & 8-Bay Aircraft Shelters

Solicitation Number: W911KB-09-S-0003
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: US Army Corp of Engineers - Alaska
  • Print
:
W911KB-09-S-0003
:
Sources Sought
:
Added: Jan 16, 2009 8:30 pm

 


SOURCES SOUGHT SYNOPSIS:  This Sources Sought announcement is part of a market survey for information only to 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 WILL BE AWARDED FROM THIS SYNOPSIS.  The US Army Corps of Engineer, Alaska District is seeking sources for the design and construction of a F-22 7-Bay Aircraft Shelter and a 8-Bay Aircraft Shelter. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various general contractors in order to make an appropriate acquisition strategy for the above project. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award either one contract for both facilities or two contracts, one for each facility. Interested sources must state whether they are capable of providing one or both facilities. The Government must ensure there is adequate competition among the potential pool of available contractors. The proposed acquisition/s will consist of either one or both of the projects, the design and construction of a F22 7-Bay Aircraft Shelter and a F22 8-Bay Aircraft Shelter, at Elmendorf Air Force Base, Alaska.


 


PROJECT INFORMATION: Each projects structure will have a concrete foundation, structural steel frame with metal skin and built-up roof consisting for F-22 Aircraft with flow-through capability. Aircraft doors at both ends of each bay (electrical bi-fold, or overhead type), high-bay and under-wing lighting, floor heating, fire suppression/detection and intrusion detection systems, environmental controls, utilities, pavements, parking, priority level 3 security requirements, site improvements and all necessary supporting facilities for a complete and usable facility.


 


ESTIMATED CONSTRUCTION RANGE:  Between $18,000,000 - $21,000,000 for each project and $35,000,000 - $41,000,000 for both projects.


 


ESTIMATED DURATION:  540 - 720 days.


 


North American Industry Classification System (NAICS) code is 236220. 


 


Small Business Size Standard is $33.5 million. 


 


Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Offerors responses to this synopsis for the following questions are sought from prospective prime contractors. Responses shall be limited to 5 pages.


 


Offerors name, address, point of contact, phone number, and e-mail address.


 


Offerors interest in proposing on the solicitation/s when issued.


 


Offerors capability to perform a contract of this magnitude and complexity (include offerors capability to execute the design and construction, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples.


 


Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a))


 


Offerors Joint Venture information, if applicable, existing and potential.


 


Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).  


 


Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars.


 


Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Alaska Daylight Savings Time, on 20 February 2009. All interested contactors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to:  via facsimile at (907) 753-2544 or preferably via e-mail to the attention of Crystal Labrecque at  crystal.d.labrecque@usace.army.mil. You may also mail your response to U.S. Army Corps of Engineers, Alaska District, ATTN:  CEPOA-CT-CM (Crystal Labrecque) , 2404 3rd Street, Elmendorf AFB, AK  99506-0898.

:
ATTN: CEPOA-CT
P. O. Box 6898
Elmendorf AFB, Alaska 99506-6898
:
Elmendorf Air Force Base, Alaska
Elmendorf Air Force Base, Alaska 99506-0898
United States
:
Crystal D Labrecque,
Contract Specialist
Phone: 907-753-5578
Fax: 907-753-2544
:
Ronald K Jackson,
Contract Specialist
Phone: 907 753-5596
Fax: 907 753-2544