Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
MODIFICATION

Y -- Aeromedical Evacuation Training Facility located at Air Reserve Station, Minneapolis-St. Paul IAP, MN.

Notice Date
5/25/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-04-B-0014
 
Response Due
7/15/2004
 
Archive Date
9/13/2004
 
Point of Contact
Polina Poluektova, 4022213705
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Polina.A.Poluektova@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 11 JUNE 2004, this office will issue Invitation for Bids for the construction of Aeromedical Evacuation Training Facility located at Air Reserve Station, Minneapolis-St. Paul IAP, MN. Bids will be opened on or about 15 JULY 2004. This sol icitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact Dave Zwieg at the US Army Corps of Engineers, Twin Cities Project Office, c/o 744 Kittyhawk Ave., Minneapolis-St. Paul IAP-ARS, MN 55450; phone numbers are: (612) 713-5981 (cell phone 612-290-3349; fax 612-713-5982; email David.C.Zwieg@usace.army.mil). Company name and names and drivers license numbers of persons visiting the site, along with a statement of the purpose of the visit, need to be emailed or faxed to Dave Zweig, for security clearance. 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 facility is approximately 13,250 square feet and houses an Air Force Reserve Aero Medical Evacuation unit. The facility is planned with the administration/office functions located along the front half (south) of the facility and t he warehouse and class room functions located along the back half (north) of the facility. The facility has enhanced natural light features, shading devices, clearstory windows allowing light deep into the building, earth berming, natural ventilation, etc. The building is constructed of poured in place concrete perimeter walls and brick veneer, with composite metal panel accents at mechanical rooms and areas not suitable for brick. The roof is supported with straight and curved steel bar joists and a column and beam framing system located along the clearstory. Standing seam metal roofing is utilized over the entire roof. There is an administration area of the facility and a warehouse/class room area. The mechanical system is zoned to be efficient when parts of the building are unoccupied. The electrical power and communication are flexible and accommodating to the function. There is a pharmacy that is similar to vault construction. Acoustical ceilings, acoustical wall panels, and floor to roof deck wall const ruction are included. Most interior walls are steel studs and drywall. The walls surrounding the warehouse and pharmacy are abuse resistant concrete. 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 sub contracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2004: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 10.0% of planned subcontracting dollars*. (c) Women Owned Small Business: 10.0% 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 365 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 rega rding the ordering of the same should be made to: 402-221-3705. 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) 2 21 - 3828 or Specification Section at: (402) 221-4529.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00592214-W 20040527/040525212359 (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.