Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2003 FBO #0603
SOLICITATION NOTICE

Y -- FY03 NORTHCOM Headquarters Bed-down Addition and FY03 NORAD Battle Management Center, and FY03 Anti-Terrorism Force Protection (AT/FP)Improvements at Peterson AFB, Colorado

Notice Date
7/23/2003
 
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-0005
 
Response Due
9/11/2003
 
Archive Date
11/10/2003
 
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 8 August 2003, this office will issue Invitation for Bids for the construction of FY03 NORTHCOM Headquarters Bed-down Addition and FY03 NORAD Battle Management Center, and FY03 Anti-Terrorism Force Protection (AT/FP) Improvements at Peterson AFB, Colorado. Bids will be opened on or about 11 September 2003. This solicitation is unrestricted and open to both large and small business participation. NAICS Code for this action is 236220, size standard is $28.5 million. Information regarding the site visit is not currently available and will be posted on the Omaha District Advertised Solicitation Website (http://ebs-nwo.wes.army.mil) and in the solicitation documents when it becomes available. The work will include the following: (Approx. quantities) The construction will expand the existing NORAD/US NORTHCOM Headquarters, located at Peterson AFB, CO and provide additional AT/FP protection for the existing 3 building complex, comprised of the Hartinger Bldg, NORAD/US NORTHCOM HQ, and Army Space Command Operational Headquarters. The NORTHCOM Headquarters Bed-down Addition (Basic Bid & Option) will provide approximately 78,000 square feet of new construction consisting of a basement, 2 above-grade floors, and covered atrium. The structural system is steel framing bearing on poured- in-place concrete strip footings or piers. The project will also include interior fit out of approximately 13,000 square feet of unfinished basement, and approximately 16,000 sq. feet of interior re-configuration of existing space. The NORAD Battle Manag ement Center (NBMC) will provide approximately 12,000 sq. feet of below grade construction, (earth covered) adjacent to the west side of the existing facility. Also included is approximately 12,000 square feet of underground parking adjacent, and linked t o the NBMC. The AT/FP Improvement project will construct a moving vehicle barrier perimeter around the entire 3 building space complex. The vehicle barrier will consist of cables bollard system, landscaping, and concrete bollards. Also included, as a com ponent of the two projects is a landscaping and irrigation system for the entire 3 building complex, except central plaza. The construction will provide additional vehicle parking, and minor reconfiguration of existing parking. The required construction will have controlled access entries and Sensitive Compartmented Information Facility (SCIF) elements. Aesthetically, the above- grade construction will match the existing construction of NORAD/US NORTHCOM HQ. The exterior appeara nce is modern high-tech utilizing metal factory foamed panels, and poured in place concrete. Roofing is single-ply elastomeric membrane. The NBMC and underground parking are constructed of pre-cast concrete, and poured-in-place concrete. All below-grade construction will require waterproofing and perimeter drainage Infrastructure work includes, demolition, parking, vehicle drop off area, landscaping, irrigation, utility relocations, security lighting, electrical distribution, communications distribution , gas, sanitary sewer, water lines, and storm drainage. Interior walls and partitions are a combination of fixed metal stud, and demountable types with STC, fire rated, and SCIF construction requirements. Interior furnishings required by contract will in clude systems furniture (pre-wired workstations) and loose furnishings such as chairs, conference tables, etc. The new construction will have separate chilled water based mechanical systems rather than expansion of the existing physical plant. Some recon figuration of existing mechanical, or extensions are required for interior fit out of unfinished space, reconfiguration of existing space, and to accommodate the additions. The HVAC system will be automated by use of Energy Management Control Systems (EMC S). The new construction will be fire sprinklered. Backup power supply and generators are part of the project. Electrical work wil l include general interior power and lighting, with automated systems for fire alarm detection, intrusion detection, access control, public address, CCTV, communications including local area secure networks (LANs) and fiber optic distribution for voice and data. The existing NORAD/US NORTHCOM headquarters is fully staffed and operational and must remain so throughout the term of the contract. The project will have unique contractor security requirements and will require submittal and approval of a contractor pha sing plan prior to commencement of the work. The solicitation Special Contract Requirements (00800 specification) will establish the constraints and parameters that the contractor's phasing plan must follow. A pre-construction partnering meeting will be required by contract. The estimated construction cost of this project is between $15,000,000.000 and $30,000,000.00 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 with the time stated in the solicitation documents. 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 rega rding the ordering of the same should be made IN WRITING to: Loreen Blume (loreen.k.blume@usace.army.mil) voice 402-221-4265 fax 402-221-4199. Telephone calls regarding Small Business matters should be made to Hubert J. Carter Jr. j(hubert.j.carter.jr@usa ce.army.mil), at 402-221-4110. Questions regarding contents of drawings and specifications should be submitted IN WRITING to Vince Turner (vincent.c.turner@usace.army.mil), Project Manager, voice 402-221-4561 or FAX 402-221-4190 AND Michael Pisci (michae l.r.pisci@usace.army.mil), Specification Section, voice 402-221-4413, FAX 402-221-3842.
 
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
SN00379930-W 20030725/030723215238 (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.