Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
MODIFICATION

Y -- UPGRADE BASE INFRASTRUCTURE PHASE III, CRWU 05-3003, BUCKLEY AFB, COLORADO

Notice Date
8/29/2003
 
Notice Type
Modification
 
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-R-0003
 
Response Due
11/12/2003
 
Archive Date
1/11/2004
 
Point of Contact
Stephanie Rostermundt, 402-221-4134
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District - Military
(stephanie.a.rostermundt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 30 September 2003, this office will issue Request for Proposals for construction of the UPGRADE BASE INFRASTRUCTURE PHASE III, CRWU 05-3003, BUCKLEY AFB, COLORADO. The solicitation will close on or about 12 November 2003. THIS SOLICITATION IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit is scheduled for 23 October 2003 at the proposed Construction Site at 9:00 a.m. (local time). All contractors must contact the Corps of Engineers Buckley Resident Office no later than 20 October 2003 so that arrangements can be made with the Security Police to allow entry of the Contractors onto the base. The Points of Contact at the Resident Office are Fran Balchus or Terry McLeod, telephone (303) 367-0316 or (303) 367-0335. The fax number at the Resident Office is (303) 367-0357. Contracto rs must provide a typed fax with the following information to the Resident Office for all visitors attending: 1) Name of Contractor or Firm Represented 2) Visitor Name 3) Visitor Social Security Number 4) Visitor Date of Birth and Place of Birth 5) Visitor Driver's License Number 6) Visitor Proof of Citizenship Provide a phone number on each fax so that information, which may be illegible or requires additional clarification can be verified, if necessary. NOTE: THIS INFORMATION MAY NOT BE TRANSMITTED VERBALLY - ONLY A TYPED FAX CONTAINING THE INFORMATION IS ACC EPTABLE. The information will be furnished to the Security Police at Buckley's Sixth Avenue Base Gate (This is the north gate of Buckley AFB - it is located at 6th Avenue and Aspen Drive). On the day of the Site Visit, Contractors should enter the base a t the Sixth Avenue Gate and present photo ID's to the Guards, then proceed to the Pass & ID Building just inside the gate to obtain a Vehicle Pass. A valid driver's license, current vehicle registration, and proof of insurance will be required for the veh icle pass. Note that the check-in procedure and issuance of a vehicle pass normally takes approximately 30 minutes (or more) for the number of people anticipated. Once a vehicle pass is issued, Contractors should wait at the Pass & ID Building (6th Aven ue and Aspen Street) where a bus will be waiting to show them the site and the pertinent features. The site visit will begin promptly at 9:00 a.m.. Because of Security issues and badge requirements, please plan to arrive early. Questions regarding the si te visit should be directed to the Resident Office at the number listed above with a copy of the questions provided to U.S. Army Engineer District, Omaha, Contracting Division, CENWO-CT-M (Blume), 106 S 15th Street, Omaha NE 68102-1618. Access to Buckley A FB will be denied to anyone failing to comply with the requirements stated above. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See 'Ordering' below. Project Information: (In Approx. quantities) The work will include 30,000 lineal feet of Gas distribution lines and a new gas vault, 52,000 lineal feet of electrical distribution duct banks, Street lighting including relocating some existing street lights, 11,300 lineal feet o f Water and 7700 lineal feet of wastewater system upgrades, 8,000 Square Yards of bituminous removal and replacement of roadways and 17,500 Square Yards of new bituminous pavement roads. Proposal Evaluation: Award of this project will be based on the best value approach considering technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The technical evaluations factors include: C onstruction Experience; Past Performance, Construction; Construction Personnel/Mechanical & Electrical Sub-Contractors; Project Management Plan, Schedule, and Utilization of Small Business Concerns. Price will be subjectively evaluated considering Best V alue and Realism.The estimated construction cost of this project is between $5,000,000 and $10 ,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 awarded Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time proposed by him, but not to exceed 450 days after receipt of Notice to Proceed. Provisions of the solicitation and result ant contract will include an amount for liquidated damages in case of failure to complete the work within the time proposed in the Contractor's proposal. Performance and payment bonds will be required. Bonding documents including the power of attorney sha ll 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 li nk 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 to: LOREEN BLUME AT 402-221-4265. 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 Man ager at: (402) 221 - 4595 or Specification Section at: (402) 221- 4547. QUESTIONS SHOULD NOT BE DIRECTED STEPHANIE ROSTERMUNDT. PLEASE CONTACT THE SPECIALIST FOR THIS PROJECT, LOREEN BLUME AT 402-221-4065 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
SN00416288-W 20030831/030829213844 (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.