Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

Z -- ADD TO AND ALTER FITNESS CENTER, HANSCOM AFB, LINCOLN, MASSACHUSETTS

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New England - Military, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
DACA33-02-R-0003
 
Response Due
5/30/2002
 
Archive Date
6/29/2002
 
Point of Contact
Michelle Kewer, 978-318-8414
 
E-Mail Address
Email your questions to US Army Engineer District, New England - Military
(michelle.a.kewer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The scope of work includes the renovation of the existing fitness center and construction of a new building addition to the existing fitness center utilizing the Design Build process. The project is located at Hanscom AFB, in the town of Lincoln, Massachu setts. The Design Build Contractor will provide all architecture, engineering, planning, design, environmental investigations and abatement, and construction services as well as the requisite materials and equipment. The Design Build Contractor shall be responsible for all design quality control, construction quality control, material submittals, phasing plans, construction schedule, engineering investigations including, but not limited to, establishment and verification of existing conditions, geotechnic al investigations, hazardous material investigations, permitting and topographic surveying. This facility is architecturally significant and will comply with the base?s exterior architectural compatibility program and requirements as set forth in the US AF Fitness Facilities Design Guide. All design and construction shall be in accordance with all local, state and federal applicable building codes and standards. The entire facility shall comply with Americans with Disabilities Act requirements. The ent ire facility shall include a fire detection and fire protection system with sprinklers and alarms complying with base fire department and NFPA requirements and Military Handbook 1008C. Additionally, the facility shall comply with current Department of Def ense Antiterrorism and Force Protection Construction Standards. A large portion of the existing fitness programs and amenities must be maintained during renovation and construction activities. The design build contractor will be required to provide viabl e options for maintaining the existing fitness program. The work includes the design, construction and renovation of a 3,595 square meters total building program including approximately 1,109 square meters of renovations to the existing fitness center (Bu ilding 1548) and approximately 2,486 square meters of new construction. The addition will include, but is not limited to, a new gymnasium, lobby, connection to an adjacent building (Bldg 1531, Bowling Center), exercise, and support areas; work will includ e but is not limited to civil, structural, architectural, interior and exterior electrical, fire detection and protection, complete mechanical and piping systems including, but not limited to HVAC utilizing Johnson Controls? metasys direct digital controls . The renovation of the existing fitness center will include, but is not limited to, renovations and alterations to locker rooms, gymnasium, support and administration areas, cardiovascular equipment and weight training areas. Renovation work may includ e, but is not limited to, structural, architectural, electrical, fire detection and protection, and complete mechanical system repairs including new HVAC systems utilizing Johnson Controls? metasys direct digital controls. Demolition of existing building c omponents and abatement of hazardous materials will be required. Site work may include pavements, parking, utilities, and other related landscaping and anti-terrorism/force protection features. The latest environmentally friendly, energy efficient materi als and building operation systems will be incorporated into the building design. The use of green building systems will be seen as favorable. It is anticipated that the project will include options and proprietary items. All required physical fitness e quipment shall be provided by the Government. The project will be awarded through a 2-phase process. The Government will evaluate all Phase 1 proposals and select the most highly qualified offerors for participation in Phase 2. No more than 3 offerors w ill be selected to submit Phase 2 proposals. A separate phase 2 solicitation package will be issued to each of these selected offerors. The phase 1 solicitati on will require the submission of qualifications by the offerors. The qualifications will include: documentation, including portfolios, of past projects, especially experience with projects of a similar and relevant nature, the company?s business and orga nizational approach to the project as well as the company?s approach to quality control. Design portfolios (including resumes) of key personnel will be of particular interest. All Phase 1 submittal requirements will be indicated in the Phase 1 solicitati on package that will be made available to prospective offerors by the Government on or about April 29, 2002. The Phase 2 solicitation package will require the submission of technical and price proposals by each offeror for separate evaluation by the Gover nment. The Phase 2 technical proposals will be more complex in nature and may include factors such as building layout and exterior appearance, site development, and building and supporting facilities systems. In Phase 2 offerors will be required to prov ide schematic design documentation such as floor plans, elevations, site plans, perspective sketches and a narrative on building support systems solutions. Government will compensate the unsuccessful Phase 2 offerors $30,000 if the government elects to re tain their proposal and if offeror relinquishes the right to the proposal. The estimated cost of construction is between $5,000,000.00 and $10,000,000.00. This solicitation is issued on an unrestricted basis. The applicable NAICS code for this acquisiti on is 233320 with a Small Business Standard of $28,500,000.00.
 
Place of Performance
Address: US Army Engineer District, New England - Military 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN00057301-W 20020413/020411213455 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.