Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

Y -- Construction of a Fire Crash/Rescue Station, Dover Air Force Base, Dover Delaware

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia - Military, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACA61-02-R-0003
 
Response Due
6/21/2002
 
Archive Date
7/21/2002
 
Point of Contact
Joseph Bujnowski, 215-656-6761
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Military
(Joseph.T.Bujnowski@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This procurement is for the solicitation of a two phased firm fixed-price design-build contract to Construct a Fire Crash/Rescue Station, Dover Air Force Base, Delaware. The work includes construction of a 32,000 SF one story steel frame structure with re inforced concrete foundation and floor slab, masonry walls with metal stud or masonry backup walls/insulated metal panels, sloped standing seam metal roof, pavements, communication support, and necessary support. Demolish one facility (15,600 SF). The pr oject also includes Anti-Terrorism/Force Protection physical security in compliance with the DOD minimum construction standards. The building includes space for fire fighting vehicles, sleeping quarters and shower/latrine facilities for male and female f ire fighters, dining facilities, training, and storage space. This project also includes road and parking lot construction. All work should be completed within 548 calendar days after Notice to Proceed. Up to five firms selected in Step One will be perm itted to submit proposals for Step Two. Source Selection Evaluation Factors are: STEP ONE: (In descending order of importance) (1) Past performance capability in similar structures (2) Offeror project team and performance plans and familiarity with Gove rnment contracts and (3) technical approach and capabilities in HVAC design as well as electrical design. STEP TWO: Will be based on technical evaluation and price. As part of this evaluation, price will have more weight then technical. Detailed evaluat ion criteria will be included in the RFP package. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the ?best value? to the Government. Proposers are advised an award may be made in step two without discussion or any contact concerning the proposal received. The NAICS Code for this project is 23499 and the small business size standard is $27.5 million. Issue date for Step One Request for Proposals is on or about May 21, 2002 with proposals due by close of business on or about June 21, 2002. Solicitation Documents for Step Two will be available on or about July 12, 2002. Hard copies will not be available. Contractors may view and/or download this solicitation and al l amendments from the Internet at the following address: https://ebs.nap.usace.army.mil/AdvertisedSolicitations.asp on or after issue date of the solicitation. No written or fax requests will be accepted. If any information changes during the advertise ment period, contractors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving the solicitation and amendments. Bidders are responsible for printing paper copi es of the solicitation. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this soli citation. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. All contractors must be registered in the Central Contractor Registration database prior to award. Instructions will be included in the RFP package. Liquidated Damages wi ll be specified. Davis Bacon rates will be applicable to the construction portion and bonding is a requirement. This procurement is advertised as unrestricted. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECI AL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of U S Armed Forces.*****
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Military 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00071158-W 20020505/020503213324 (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.