Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

Y -- UPGRADE ACADEMIC FACILITY, PHASE 4A, FAIRCHILD HALL, XQPZ950211, USAFA ACADEMY, CO.

Notice Date
9/13/2005
 
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-R-0043
 
Response Due
11/30/2005
 
Archive Date
1/29/2006
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION Solicitation No. W9128F-05-R-0043 On or about 13 October 2005, this office will issue Request for Proposals for construction of the UPGRADE ACADEMIC FACILITY, PHASE 4A, FAIRCHILD HALL, XQPZ950211, USAF ACADEMY, COLORADO. The solicitation will close on or about 30 November 2005. THIS SOLICITATION IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit is scheduled for 18 and 19 October 2005 at the proposed Construction Site at 9:00 a.m. local time. Contractors may attend on the 18th or the 19th, but not on both dates. All Contractors must contact the Corps of Engineers Academy Resident Offi ce via Fax no later than the close of business on 14 October 2005 so that arrangements can be made with the Security Police to allow entry of the Contractors onto the Base. The fax number at the Resident Office is 719-333-2979. Contractors must provide a fax, consisting of a fax cover sheet and a letter on Company Letterhead addressed to the Corps of Engineers Resident Office containing the following information for all visitors attending: 1) The project name and solicitation number; 2) Name of Contractor or Firm Represented; 3) Visitor Name; 4) Visitor Social Security Number; 5) Visitor Date of Birth and Place of Birth; 6) Visitor Drivers License Number; 7) Visitor Proof of Citizenship; 8) An e-mail address of the visitor for any coordination that may occ ur with regards to the site visit; 9) A phone number for the visitor; 10) Visit Date  18 October or 19 October (circle one) NOTE: THIS INFORMATION MAY NOT BE TRANSMITTED VERBALLY  ONLY A FAX CONTAINING THE INFORMATION IS ACCEPTABLE. In addition to faxing the information requested, please contact the Resident Office at 719-333-2973 or 719-333-2975 to obtain the final details and arrangements for access into the secured Cadet Area. Unless notified otherwise, all contractors attending the site visit should enter the base via the South Gate. The site visit will begin promptly at 9:00. Because of Security issues and badge require ments, please plan to arrive early. Questions regarding the site visit should be directed to the Resident Office at the number listed above. Access to the USAFA will be denied to anyone failing to comply with the requirements stated above. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. Project Information:(In Approx. quantities) The work consists of extensive renovation and updates of approximately 325,000 square feet on all six floors of Fairchild Hall, a major academic facility of the US Air Force Academy. The work includes demolition and remodeling/upgrading of ceilings, walls, flooring, doors, and finishes in offices and classrooms. In addition, the project includes installation of lockers, showers, cabinetry, toilets and sinks, stairwell handrails and doors. Remodeling of offices, lecture halls, labs, restrooms, corridors, stairwells, and an exercise area are encompassed by the project. Mechanical HVAC work includes revisions to ductwork, VAV boxes, a CRAC unit, fans, grilles, and diffusers. Revisions to the existing facility HVAC DDC control system will be required in this project to accommodate the revisions to the system. Plumbing revisions will be required for the sinks, showers, toilets, and HVAC systems provided. Fire Sprinkler piping, sprinklers, and pendants are required. Revisions to the existing buildings fire alarm system will be required to accommodate the other changes made by this project. Electrical work includes extensive revisions to the lighting in the rooms affected by this project, electrical distribution for the offices and areas being remodeled, telecommunication cabling and receptacles, and pre-wiring of CATV, voice/data, and intercom systems. Asbestos removal will be required for specific items of work. Temporary office facilities will be required for ph asing. Installation of exterior construction elevators will be required. Only ancillary exterior site work is anticipated. Extensive project phasing will be a project requirement. Proposal Evaluation: Award of this project will be based on the best value approach considering technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The technical evaluatio ns factors include: Construction Experience; Past Performance, Construction; Qualifications of Construction Personnel/Mechanical & Electrical Sub-Contractors; Project Management Plan, Schedule, and Utilization of Small Business Concerns. Price will be su bjectively evaluated considering Best Value and Realism. The estimated construction cost of this project is between $5,000,000 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 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: 1 0.0% 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 awarded Contractor will be requ ired to commence work within 10 days after notice to proceed and complete the work within the time proposed by him, but not to exceed 510 days after receipt of Notice to Proceed. Provisions of the solicitation and resultant contract will include an amount for liquidated damages in case of failure to complete the work within the time proposed in the Contractors proposal. 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 CD-ROM shall be made through the Internet address above. To register on the Omaha District websit e, 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, update the information on the registration web site. Failure to provide the above information correctly and update any changes may cause a delay in receiving CD-ROM and amendments. Questi ons regarding the ordering should be made to: 402-221-3705 (Polina Poluektova) e-mail: polina.a.poluektova@usace.army.mil. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on proposal documents (technical c ontent) should be made to the Project Manager or Specification Section at: 402-221-4595 or 402-221-4547. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102-1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00894057-W 20050915/050913212532 (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.