Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOLICITATION NOTICE

Y -- Training Maze and Facade Project - Fort Bragg, North Carolina

Notice Date
1/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-04-R-0009
 
Response Due
2/17/2004
 
Archive Date
4/17/2004
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/. Contractors may view and/or download this solicitation and all amendments from the I nternet after solicitation issuance. Description of work: Construct a live fire Training Maze and Fa????ade project at Fort Bragg, NC consisting of an AR500 plate steel and composite rubber block ballistic wall system. The project includes concrete footi ngs for the ballistic wall systems, concrete floor slabs-on-grade, and freestanding structural steel frame column and joist supported roof for the maze. The new maze roof requires eight feet of clearance from the top of the new ballistic walls. Catwalks with handrails for the maze will be on top of wall system. Roofing material will be standing seam metal system. Ballistic roof system for fa????ade is required that will vent overpressure. A ventilation/exhaust system will be required for the fa????ade t hat considers live-fire. Demolition includes the existing maze ballistic walls, footings and slab, and the existing fa????ade ballistic walls, footings, slab and integral roof. The existing ballistic wall system is the sand-filled plywood and sheet rubbe r design, held together by steel channels. The existing fa????ade also has AR 400 steel plates in the walls that must be demolished. All demolished ballistic walls must be tested for lead content and disposed of in accordance with current local, state an d federal regulations and laws. All erosion control, storm drainage and environmental protection measures are included in the project. Utilities include electric distribution, panel and outlets, security lighting and audible safety alarm horn. Anti-terr orism/force protection measures shall be incorporated. Adherence to special security procedures will be required. This project is located with the Security Operations Training Facility, Fort Bragg, NC. The project will be solicited and procured using a P erformance-Price Trade-Off (PPT) Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. Offerors are required to submit a price and technical proposal. Each proposal shall contain the offerors best technical pr oposal and best price. The technical proposal will be evaluated using the following factors: 1) Corporate Relevant Specialized Experience and 2) Construction Past Performance. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Options may be included. The anticipated cost range is $1,000,000 to $5,000,000. Network Analysis wil l be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656). This solicitation will be issued in electronic format only and will be available on or about 16 Jan 2004 on the Internet at http://ebs.sas.usace.army.mil. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the Internet add ress provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Sandy Meyers, Contract Specialist, 912-652-5324.
 
Record
SN00499230-W 20040108/040106212015 (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.