Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

Y -- CONSTRUCT THE OLD GUARD (TOG) VEHICLE MAINTENANCE FACILITY, FT. MYER, VIRGINIA

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0028
 
Response Due
4/23/2004
 
Archive Date
6/22/2004
 
Point of Contact
PATRICIA ADAMS, 410-962-3557
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(patricia.a.adams@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted, NAICS 236210, small business size standard $28,500,000.00. Estimated cost of construction is between $5,000,000.00 and $10,000,000.00. Completion 540 calendar days. Construct a two-story steel framed maso nry and brick 27,000 SF equipment maintenance facility, with drive-through vehicle maintenance bays on the lower level, andadministrative and training facilities on the second floor. Project includes a six repair bay floor plan adapted to The Old Guard ce remonial and contingency missions. Also included are administration areas, training area, operational space, toilets, showers, and changing areas. Supporting facilities include utilities; electric service; security lighting; fire protection and alarm sys tems; paving, walks; curbs and gutters; parking; storm sewer and storm water management systems; apron at building; signage; security fencing and gates; information systems; and site improvements. Heating will be provided by connection to self-contained s ystem. Access for the handicapped will be provided. Demolish three buildings (38,854 SF) with asbestos and lead paint removal and disposal. Structurally massive building demolition; extensive site demolition, including substantial retaining walls; and, site improvements on steeply graded terrain will be required. Anti-terrorism/force protection (AT/FP) measures include laminated glass and traffic control barriers. Temporary structure for existing vehicle maintenance, shop, and office space operation, w ill be provided before new facility can be constructed. This temporary facility will include roadways, parking, and supporting utilities. Large Business Firms are required to submit a subcontracting plan prior to award of this contract. The Small Busi ness subcontracting goal for this procurement is 60% of the total subcontracting dollar value. Of that 60%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small Businesses, 3% with HUB Zone Businesses, 3% with Veteran Owned Small Businesses and 3% with Service Disabled Veteran Owned Small Businesses. All responsible sources may submit a bid which shall be considered by the agency. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing list by going to the website: https://ebs.nab.usace.army.mil. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include t he name of the particular contract specialist for the particular project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. 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 contract. For information regarding future registration, contact CCR Web site at http:/ccr.gov . Other information regarding registr ation can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses c ontact 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/ s ubcontractors. Issuance on or about 23 March 2004; proposals due o/a 23 April 2004.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00536730-W 20040306/040304223012 (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.