Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

Y -- Addition to Andrew T. McNamara Building 2462, Defense Threat Reduction Center, Fort Belvoir, VA

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-03-R-0002
 
Point of Contact
Regina Wheeler, 410-962-3204
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(regina.m.wheeler@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Y?Addition to Andrew T. McNamara Building 2462, Defense Threat Reduction Center, Fort Belvoir, VA. This proposed procurement is Unrestricted. NAICS233320/SIC Code 1542, size standard $28,500,000.00. Estimated cost of construction is between $25,000,000.00 and $100,000,000.00. Completion no later than 840 calendar days. Work consists of construction of a steel, reinforced concrete, and masonry addition (319,314 SF) to the Defense Logistics Agency?s McNamara Headquarters Complex consisting of four floors ab ove ground and two basement levels; auger-placed grout pile foundations; masonry partition walls; built-up roofing system; force protection features; no-break power and redundant HVAC systems for critical loads; raised flooring for computer systems, ops ce nter, and modeling and simulation center,; passenger and freight elevators; fire suppression, information, and security systems; systems furniture installation; emergency power and UPS system; a 982-space parking structure (302,310 SF); access drives, pavi ng, walks, curbs, and gutters; storm water management; landscaping and irrigation system; and an 800-space (approx.) temporary parking facility. A pre-proposal conference will be scheduled and the date for the conference will be stated in the Section 00100 of the solicitation. The project will be advertised as a Request for Proposal (RFP). Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. This procurement will be conducted in accordance with FAR Part 15.3, Source Selection, using the ?best value procurement process?. ?Best Value? will be determined using a ?Trade-Off? process, comparing price, technical, and other factors. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms are required to submit a subcontracting plan at the time of receipt of their proposals. The following subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted: 60% of the subcon tracted dollar value shall be for small businesses, of that 60%, 15% shall be for small disadvantaged businesses, 8% shall be for women owned small businesses, 3% shall be for Hub-zone small businesses, 3% shall be for veteran owned small businesses and 3% shall be for Service Disabled Veteran owned small businesses. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal cont ract. For information regarding registration, the CCR Web site can be accessed at http://www.ccr2000.com. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. Additionally a paper form for reg istration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all reg istered plan holders. Solicitation to be issued o/a 11 Oct 02; opening o/a 13 Nov 02. This solicitation will not be issued in paper. Contractors? requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidd ers/offerors mailing lists by going to website: https://ebs.nab.usace.army.mil. Contractors may view and/or download solicitation information from this internet site. Questions concerning this project can be e-mailed to Ms. Regina Wheeler at Regina.M.Whe eler@nab02.usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00173853-W 20020925/020924065416 (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.