Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

Y -- Design/Build Construction, T-1 Squadron Operations Facility, Laughlin Air Force Base, Texas

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-0014
 
Response Due
3/1/2005
 
Archive Date
4/30/2005
 
Small Business Set-Aside
N/A
 
Description
Point of Contact for this project is Kenneth Carleton, Contract Specialist, (817) 886-1084. Two Phase Design/Build Construction of a new Squadron Operations Facility, T-1 Pilot Training Program, Laughlin Air Force Base, Del Rio, Texas. The design and construction of the new facility will also include all site utility relocations, site utility e xtensions and connection to the new facility, demolition of existing buildings on the site, fencing, ACM abatement in the buildings to be demolished, reconstruction of Building 302 to a new location adjacent to the existing Fire Station immediately north o f the site, new sidewalks connecting the facility to parking and adjacent buildings, covered walkway between the new facility and Building 308 and landscaping. It will also include appropriate standoff spaces and other anti-terrorism/force protection meas ures. The project shall also contain sustainable design elements required to obtain LEAD certification. All functions currently operating in Building 301, which will be demolished for this project, will be relocated by Laughlin AFB and will not be a desig n requirement for this project. Building 301 will be vacated prior to construction of this facility. The facility will consist of approximately 23,000 total gross square feet total with a two-story configuration with administrative spaces on the first fl oor and training spaces on the second floor. Functional areas will include areas for Squadron Command and Administration, Flight Operations, Flight training and Support / Commons. The facility shall consist of structural steel framing, masonry walls, gyp sum walls, electrical, mechanical, HVAC system, communication, fire alarm, mass notification, grading, concrete foundations with drill pier systems, plumbing, and standing seam metal roof system. The project design shall be in accordance with the received instructions, specifications, U.S. Codes and government standards. The new T-1 Squadron facility will be located east of Second Street and south of Mitchell direction west of the flight line. The site is located adjacent to the air control tower (Buildi ng 309) and the existing flight operations building (Building 308). This project will be advertised HUBZONE SET ASIDE. NAICS Code is 236220. Small Business Size Standard is $28.5 Million. Estimated issue date is 31 January 2005. Estimated Proposal Due da te for Phase 1 is 1 March 2005. Estimated Construction Cost Range is $5,000,000 & $10,000,000. This contract will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. The plans and specifications will be placed on Compact Disk (CD-ROM) and will be provided free of charge. Plans and spec will not be provided in a paper hard copy format. Notification of amendments shall be made through 3.5 inch diskette, CD-Rom and/or the Internet. However, the governmen t reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view/and or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://ebs.swf.usace.army.mil. All other offerors are encouraged to visit the Army Single Face to Industry website at http://acqu isition.army.mil/default.htm to view other business opportunities. Bidders should register themselves on the Internet to receive a copy of this solicitation (CD-ROM). Offerors must be registered with the Central Contractor Registration (CCR), in order to r eceive a government contract award. To register, the CCR Internet address is: http://ccr.dlsc.dla.mil/ccr/. NO EXPRESS MAIL PROCEDURES WILL BE UNILIZED ON INITIAL MAILING TO THE CD.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00732484-W 20050112/050110212004 (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.