Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2004 FBO #0950
SOLICITATION NOTICE

Y -- Construct New Classroom Building

Notice Date
7/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93 1131 Chapel Crossing Road, Glynco, GA, 31524
 
ZIP Code
31524
 
Solicitation Number
HSFLR040034
 
Point of Contact
Robert Driggers, Contracting Officer, Phone 912-261-3630, Fax 912-280-5343, - Paulette Webster, Procurement Technician, Phone (912) 554-4613, Fax (912) 280-5343,
 
E-Mail Address
bob.driggers@dhs.gov, Paulette.Webster@dhs.gov
 
Description
THIS IS NOT AN INVITATION FOR BID OR A REQUEST FOR PROPOSAL. Description of project: Contractor will furnish all labor, material, supervision and equipment to construct an approximately 26,000 square foot, one-story classroom building at Federal Law Enforcement Training Center, Artesia, New Mexico. The building will include 9 separate classrooms, a main commons area, audio visual support, storage rooms, restrooms, snack bar and snack bar storage. The advertised price range for this contract is between one and five million dollars, utilizing NAICS Code 236220, Commercial and Institutional Building Construction, with a Business Size of $28.5M. Work will include demolition, clearing and grubbing, removal of existing landscape, removal of an existing asphalt parking lot and the removal of existing concrete site work. The civil portion also includes site grading and drainage system, sidewalk construction, as well as installation of utilities (water, gas, sewer) and connection to existing utilities. The structure will be steel frame with non-load bearing exterior steel studs. Exterior work will include: 6? metal studs with a combination of 4? CMU and EFIS stucco, painted hollow metal doors and frames, hardware, aluminum storefront doors and frames and windows with tinted glazing, single membrane mechanical fastened roof, pre-finished aluminum flashing, sealant and caulking, and building signage. Interior work will include: metal stud partition walls, gypsum wall board, water-resistant gypsum wall board, ceramic wall tile, ceramic tile flooring, carpet tile, lay-in tile ceilings, gypsum board ceilings, wood doors, hollow metal frames and hardware. Mechanical will include dual-duct VAV air-handling systems with high-efficiency/air-cooled driller and cast-iron boilers. Audiovisual equipment and installation are not part of this contract, although all wiring associated with the audiovisual equipment will be accomplished by the construction contractor. The electrical distribution system for the facility will be 277/480V. A 120/208V distribution system will be provided to support general purposed 120V receptacle loads and miscellaneous 120V or 208V loads throughout the facility. The large components/loads associated with the HVAC systems will be powered by the 480V distribution system. Lighting will be specified for 277V operation. This procurement will be negotiated on a best value basis, utilizing Performance/Price Trade-off procedures as outlined in FAR 15.101, with past performance considered more important than price. In response to the solicitation, offerors will be required to demonstrate their ability to perform projects of a similar scope and magnitude, particularly their ability to manage multiple subcontracts with a variety of trades, perform quality work, complete projects on schedule, and at a reasonable price. Award of the resulting contract will not necessarily be made to the lowest priced offeror. It is the intent of the Government to negotiate and award a firm fixed price contract to a well qualified firm with extensive experience in performing projects of similar scope and magnitude. The solicitation will be available on or about mid August, 2004, with proposals due about the end of September 2004. The Government is considering the possibility of restricting competition for this project to certified 8(a) Small Business firms in accordance with FAR 19.8, certified HUBZone firms in accordance with FAR 19.13, Service-Disabled Veteran-Owned Small Businesses in accordance with FAR 19.14, or Small Business firms in accordance with FAR 19.5. The Government?s final procurement strategy will be based on the number of responses from qualified firms in those set-aside categories. Interested firms should provide a written response to this synopsis (not to exceed two typewritten pages), referencing the solicitation number, outlining your size status, a capability statement demonstrating your experience as it relates to the advertised scope of work and magnitude (with references), and a statement of bonding capacity (single project and aggregate limit). Responses should be provided as soon as possible, but not later than 15 days from publication of this notice. If you are interested in this solicitation, please provide business size, point of contact, company phone, fax number and e-mail address to Bob Driggers, Contracting Officer, phone 912-261-3630, fax 912-280-5343, or email: Bob.Driggers@dhs.gov or Paulette Webster, Procurement Technician, phone 912-554-4613, email: Paulette.Webster@dhs.gov no later than July 16, 2004. All information may also be mailed to Federal Law Enforcement Training Center, 1131 Chapel Crossing Road, Attn: Bob Driggers, Procurement Division, Bldg 93, Brunswick (Glynco), GA 31524.
 
Place of Performance
Address: Artesia, New Mexico
Zip Code: 88210
Country: United States of America
 
Record
SN00613522-W 20040703/040701211543 (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.