Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

Y -- DESIGN BUILD OF SOF MOBILITY/AERIAL DELIVERY SERVICE CENTER AT DUKE FIELD, FLORIDA (OKALOOSA COUNTY, FL)

Notice Date
9/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0006
 
Response Due
12/1/2005
 
Archive Date
1/30/2006
 
Small Business Set-Aside
N/A
 
Description
FOR QUESTIONS CONCERNING THIS SOLICITATION, CONTACT POC, MR. ALLEN HARRISON AT FAX: 251-694-3626. THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS PURSUANT TO THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM. In general, the work shall co nsist of the following: The design and construction of a 55,519 sq ft warehouse type facility with offices and specialized spaces running the entire length of the facility. The facility shall meet force protection requirements with reinforced exterior str uctural components, shatterproof glass, and parking lot setbacks. Large open areas in the middle and at one end of the facility to allow rigging of air drop platforms, a loading dock, roll-up doors, and a parachute drying tower are required. Additionally , a weapons vault with a full intrusion detection system is required. Estimated cost range of the project is from $10,000,000 to $25,000,000. Solicitation documents should be available on or about 21 Oct 2005. Mr. Edward M. Slana is the Contracting Offi cer for this project. The North American Industry Classification System (NAICS) code for this project is 236220. Note No. 1: Any prospective bidder interested in bidding on this solicitation must register for plans and specifications in order to downloa d a copy of the solicitation and be placed on the plan holders list. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/ Plan Rooms are required to self-register their firm or office on the Internet in order to be able to download the electronic files. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. IN ORDER T O DOWNLOAD A COPY OF THE SOLICITATION, GO TO VIEW/DOWNLOAD SOLICITATION FILES as indicated on the Internet at http://www.sam.usace.army.mil/. Registration instructions are available at the CLICK HERE TO REGISTER prompt located right above this synopsis on the Internet at http://www.sam.usace.army.mil/. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firms physical addr ess, telephone, a valid fax number and a point of contact to facilitate faxed amendments. Registration should be completed one week prior to the issue date. All notifications of changes to this solicitation will be made through the Internet only. It is the refore the Contractors responsibility to check this home page daily for the solicitation to be posted, and for any posted changes to this solicitation. Actual solicitation amendments will be issued either by fax, posting for download to the aforementioned web page, or CD-ROM. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is i n .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $28,500,000 for the past three years. Note No. 5: This solicitation includes bid options which may not be awarded. Note No. 6: All advertisements of Mobile District projects will be through the FedBizOpps and/or the Mobile District Contracting Homepage. DETAILED INFORMATION ON THIS AND OTHER MOBILE DISTRICT PROJECTS (Ordering Solicitations, Poi nts of Contact, Synopsis of Work, Plan Holders, Bid Results, etc.) ARE AVAILABLE ON THE INTERNET AT: http://www.sam.usace.army.mil/ Note No. 7: A pre-proposal conference will be held at Building No. 3025, Duke Field on 03 Nov. 2005 at 09:00 hours (local time). Offerors should refer to Section 00100 Contract Clause 952.000-4133, PRE-PROPOSAL CONFERENCE, in the solicitation for detail s. The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the internet at http://www.sam.usace.army.mil/ . All parties planning to attend should pr ovide the following information to: Eglin AFB Resident Office (CESAM-CD-GE) Attn: H. James Scheer, Resident Engineer US Army COE, 15 Tenth Ave. Shalimar, FL 32579 PHONE 850-882-2864 FAX 850-882-5290 by noon, 31 October 2005: a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. Request for attendance received after 31 October 2005 will not be accepted. Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions whic h can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understand ing or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contrac t Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work. Note No. 8: SEND SPECIFIC TECHNICAL QUESTIONS RELATED TO THIS PROJECT TO MR. ALLEN HARRISON, FAX (251) 694-3626. OTHER FORMS OF COMMUNICATING QUESTIONS TO THE GOVERNMENT WILL NOT BE HONORED. THE GOVERNMENT WILL TRY TO RESPOND TO ALL QUESTIONS. HOWEVER, RESPONSES MAY NOT BE FURNISHED TO ALL QUESTIONS AND PARTICULARLY THOSE RECEIVED LATE IN THE ADVERTISEMENT PERIOD (0-10 DAYS PRIOR TO BID OPENING.) SEND QUESTIONS CONCERNING THE DISTRIBUTION OF PLANS / SPECIFICATIONS TO THE PLANS ROOM, MRS. SONYA KING, AT PHONE (251) 690-2535/2536, FAX (251) 694-4343.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00901737-W 20050924/050922212341 (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.