Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
SOLICITATION NOTICE

Z -- DLA Alter Air Intakes, DLA HQ Building, Ft. Belvoir, VA

Notice Date
11/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-06-R-0013
 
Response Due
1/10/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is an unrestricted requirement, NAICS 236220, with an estimated cost between $1,000,000.00 and $5,000,000.00. All responsible sources may submit a proposal, which will be considered. The project will be advertised as a Req uest for Proposal (RFP) where the submittal of technical and price proposal are required. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. The request for proposal will be evaluated based on Best Value criteria for award of the project. Project description: construct with CMU 17 air intake and relief shaft extensions from grade to 10 foot elevation. Install pre-cast panel facia, access doors, and steel fabricated shaft caps on shafts. Repl ace 145 rooftop AHU dampers with pneumatic actuated low leakage type. Replace 30 basement intake and relief louvers with low-leakage type pneumatic actuated dampers. Expand/modify existing propriety building EMCS controls to include new low leakage dampe rs, to add 175 damper limit switches, new building-wide HVAC shutdown capability, and incorporate multiple existing stand-alone air systems. Sheet metal fabrication to include minor patching/repairing existing ductwork affected by this work. Expand exist ing intrusion detection system to include new sensors at air shaft doors. Work area allows for limited staging and access. Work shall take place after normal work hours with close coordination/communication with tenant. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 45% of the total planned subcontracting dollars sha ll be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 10% with Women-owned small businesses (WOSB); 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submitta l. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small businesses contact their cognizant Small Business Administration Office to obtain certification. Without certification, neither a prime contractor nor a federal agency can receive credit when utilizing non-certified small business contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet only. This solicitation will not be issued in paper. Contractors request for this solicitati on will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing lists by going to the website: https://ebs.nab.usace.army.mil. Issuance on or about 30 November 2005 and proposals are due on or about 10 January 200 6.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00933005-W 20051118/051116212220 (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.