Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOLICITATION NOTICE

Y -- DESIGN AND CONSTRUCTION OF CLEVELAND ARMY RESERVE CENTER/OMS/AMSA/UHS, TWINSBURG, OHIO

Notice Date
10/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-05-R-0002
 
Response Due
1/5/2005
 
Archive Date
5/16/2005
 
Point of Contact
Tom Dickert, (502) 315-6177
 
E-Mail Address
US Army Corps of Engineers, Louisville
(tom.e.dickert@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Design and Construction of a new 1100 member Army Reserve Center (ARC), Organizational Maintenance Shop (OMS), Area Maintenance Support Activity (AMSA), and Unheated Storage Facility (UHS) located in Twinsburg, Summit County, Ohio. The buildings will be permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry exterior walls (for the ARC), asphalt shingles and EDPM single ply membrane roofing, and mechanical systems including air conditioning a nd electrical systems. Supporting facilities include site preparation, paving, fencing, covered wash rack, and extension of utilities to serve the project. Furniture will be purchased by other contract. This solicitation also contains option items. These i tems are: 1) Unheated Storage Buildings (UHS), including adjacent paving; 2) Trash Enclosure; 3) Bi-level Loading Ramp; 4) DEPMEDS Area; and 5) OMAR Funded Items for UHS. 20% of the work must be self-performed. This solicitation is a Request for Proposal ( RFP). Proposals received in response to this solicitation will be evaluated for best value to the Government in accordance with the following criteria listed in descending order of importance: Experience of the Prime Contractor and Design Contractor; Techn ical Approach; Key Personnel; Project Management; Past Performance of the Prime Contractor and Design Contractor; Subcontracting Information; and Price. All evaluation factors, other than cost or price, when combined, are equal to cost or price. The price range is $10,000,000 to $25,000,000. This project is available on Compact Disc (CD) only. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using Source View Reader. Both readers are contained in the solicitation package. Minimum system requirements are 486- based personal computer, Microsoft Windows 3.1 or greater and 8 MB application RAM. To register as a plan holder, go to Internet site http://www.lrl.usace.army.mil/CT and Click on Advertised Solicitations. Solicitation is to be issued on or about 3 November 2004 with proposals due on or about 5 January 2005 2004 at 4:00 pm Louisville Time . Questions may be addressed to tom.e.dickert@lrl02.usace.army.mil. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. This is an UNRESTRICTED procurement. NAICS CODE IS 23 6220. Size Standard is $28.5M. Contractors must register to receive the plans and specifications CD and notice of amendments. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA27/W912QR-05-R-0002/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00782630-F 20050407/050405214549 (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.