Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

Y -- MYSTIC RANGER DISTRICT/ROCKY MOUNTAIN RESEARCH STATION, RAPID CITY LABORATORY; RAPID CITY, SOUTH DAKOTA

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
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-05-B-0001
 
Response Due
1/22/2005
 
Archive Date
3/23/2005
 
Small Business Set-Aside
N/A
 
Description
On or about 2 December 2004, this office will issue a Invitation for Bids for the construction of the MYSTIC RANGER DISTRICT/ROCKY MOUNTAIN RESEARCH STATION, RAPID CITY LABORATORY; RAPID CITY, SOUTH DAKOTA. This solicitation will close on or about 2 2 January 2005. This solicitation is unrestricted and open to both large and small business participation. NAICS 236220 is utilized with a size standard of $28.5 million. A site tour will be held at the project site located approximately three miles South of Rapid City, SD on the northwest corner of the intersection of Highway 16 and Moon Meadow Drive on 16 December 2004. The site tour will be held from 9:00 A.M. to 11:00 A.M. All Contractors must contact Dwight Pochant at the Ellsworth Resident Office (CENWO-CD-BH-E), U.S. Army Corps of Engineers, Telephone: 605-923-2983 a minimum 5 work days in advance of the site tour date. 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) Project Description: The project will be constructed for the U.S. Forest Service. The project site is located approximately three miles South of Rapid City, SD on the northwest corner of the intersection of Highway 16 and Moon Meadow Drive. The site is currently an undevelop ed grass-covered field. The site is clear and no demolition required. The Basic Contract award will be for the construction of a new one story 29,000 SF Office/Laboratory Administration Building. The Basic Contract for the Office/Laboratory Administrati on Building includes all site work (for the complete site to include the warehouse areas): grading, utilities (water, gas, electric, sanitary sewer), asphalt roads and parking. The Basic Contract for the Office/Laboratory Administration Building includes HVAC with temperature controls, fire detection and alarm systems; both dry and wet-pipe fire sprinkler systems, electrical power and lighting systems. The Office/Laboratory Administration Building will provide space for: offices, restrooms, storage, lab oratories, conferences and visitors. The Office/Laboratory Administration Building typical construction will consist of wood stud bearing walls supporting prefabricated wood trusses with some exposed glued laminated trusses for architectural effect. Cast -in-place concrete basement walls will be provided for an equipment room. Roof trusses with attic spaces will be provided for air-handling units to be placed in the attic. Foundations will consist of concrete spread footings and foundation walls beneath wood stud bearing walls and shear walls, concrete floor slabs on grade, exterior wood frame walls with stone wainscot, roofing of asphalt roof shingles. Contract Options for each of the following are: 2,300 SF Rocky Mountain Research Station Warehouse, 10,100 SF Ranger District Warehouse, Landscaping and Irrigation. Warehouses will provide space for: offices, workspaces for general shop work, locker roo ms, building equipment, restroom, janitor, vehicle storage and maintenance areas to support field activities. Warehouses are slab on grade and wood frame. (Note, the site work, grading, parking and utilities to within five feet of warehouses will be prov ided in the Basic Contract.) The estimated construction cost of this project is between $2,000,000 and $10,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting proposals 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 En gineers considers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 50.9% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.2% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. (e) Hubzones: 2.9% 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 450 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. 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 lin k 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 the solicitation CD-ROM and amendments . Questions regarding the ordering of the same should be made to: 402-221-3910. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of RFP drawings and technical criteria/specifications should be made to the Project Manager at: 402-221-4477 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
SN00709561-W 20041119/041117212116 (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.