Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
SOLICITATION NOTICE

Y -- CALCM Beddown at Minot AFB, North Dakota

Notice Date
6/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District - Military, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-03-B-0002
 
Response Due
7/22/2003
 
Archive Date
9/20/2003
 
Point of Contact
Cindy Siford, 402-221-4824
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District - Military
(cindy.m.siford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 18 June 2003, this office will issue Invitation for Bids for the construction of the CALCM BEDDOWN at MINOT AFB, ND. Bids will be opened on or about 22 July 2003. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. Contractors interested in inspecting the site of the proposed work should contact the Minot Project Engineer, U.S. Army Corps of Engineers, c/o Base Post Office, Minot AFB, ND 58704 for mail and 209 Tanker Trail, Minot AFB, North Dakota 58704 for site insp ection, Telephone: (701) 727-6127. FAX (701) 727-6128. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: Approx. quantities The project consists of constructing and providing necessary utilities and roads to support and access new storage igloos at Minot AFB. The storage igloos (3 at approx. 5,000 SF each) consist of a composite structure of earth and concrete. Specific igloo construction elements will incorporate flow-through reinforced concrete foundations and floor slabs, semi-arched ceilings/roofs with earth cover, and walls that support earthen cover with side berms. Site/Infrastructure work will consist of constructing access roads and aprons, exterior power distribution and lighting, waterlines and hydrants, security sensors, and security fence (approx. 8,200 LF, 7-feet high fabric w/1-foot high outrigger). Rigid pav ement is required for both the Primary Convoy Road (700 LF at 10 inches depth plus base course) and the aprons around the igloos. Asphalt pavement is required for shoulder work along these areas (3 inches depth plus base course). Interior elements of work will require mechanical ventilation and temperature controls, interior electrical power, interior lighting, communication systems, security systems, cathodic protection. The estimated construction cost of this project is between $2,500,000 and $5,000,000 Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2003: a. Small Business: 57.2% of planned subcontracting dollars. b. Small Disadvantaged Business: 8.9% of planned subcontracting dollars*. c. Women Owned Small Business: 8.1% of planned subcontracting dollars*. d. Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. e. Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 360 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding t he ordering of the same should be made to: 402-221-4824. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 221-3894 or Specification Section at: (402) 221-4413. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102-1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District - Military 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00337847-W 20030604/030602213418 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.