Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
MODIFICATION

Y -- ADD/ALTER COMMUNICATIONS CENTER, CRWU 05-3006, BUCKLEY AFB, COLORADO

Notice Date
1/18/2006
 
Notice Type
Modification
 
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-06-R-0006
 
Response Due
2/14/2006
 
Archive Date
4/15/2006
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION Solicitation No. W9128F-06-R-0006 On or about 5 January 2005, this office will issue Request for Proposals for construction of the ADD/ALTER COMMUMICATIONS CENTER, CRWU 05-3006, BUCKLEY AFB, COLORADO. The solicitation will close o n or about 14 February 2005. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit is scheduled for 31 January 2006 at the proposed Construction Site at 1:30 p.m. MST. To register attendance for the site i nspection, you must contact the Resident Office no later than 25 January 2006 (Buckley AFB, Lavon Busby or Jennifer McQue en, telephone (303)367-0316 or (303)367-0335, Fax number (303)367-0357). Contractors must provide a fax on Company letterhead (includi ng a legible phone number) with the following information for all visitors attending: 1) Name of Contractor or Firm Represented, 2) Visitor Name, 3) Visitor Social Security Number, 4) Visitor Date of Birth and Place of Birth, 5) Visitor Drivers License Nu mber, 6) Visitor Proof of Citizenship. Only registered attendees will be permitted access. On the day of the Site Visit, Contractors should enter the base at the Sixth Avenue Gate and present photo IDs to the Guards, then proceed to the Pass & ID Building just inside the gate to obtain a Vehicle Pass. A valid drivers license, current vehicle registration, and proof of insurance will be required for the vehicle pass. Allow 60 minutes for the check-in procedure and issuance of a vehicle pass. Once a vehicle pass is issued, Contractors should proceed to the project site (see Sheet G6.01 of the solicitation for a map) where a Representative of the Corps of Engineers will meet the contractors to show them the site and the pertinent features. Contractors should park in the parking lot located on the Northeast corner of Aspen St and Devils Thumb Ave. Offerors shall meet in Building 730 Auditorium. Questions regarding the site visit should be directed to the Resident Office at the number listed above with a copy o f the questions provided to U.S. Army Engineer District, Omaha, Contracting Division, CENWO-CT-M (Polina Poluektova), 106 S 15th Street, Omaha NE 68102-1618 or Polina.A.Poluektova@usace.army.mil. Any questions resulting from the site visit may be sent to t he Points of Contact listed in the solicitation. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. Project Information: In Approximate quantities: This is a Fully-Desig ned Project. The work consists of construction of additions and alterations to the Communications Center at Buckley AFB, Colorado, increasing the building from one to two stories, and bringing the area of the facility to 79,800 SF. The building will provid e administrative offices, information management spaces and offices, telecommunications equipment control, the base network control center, technical control center, and an information assurance center. The structural floor consists of light-weight concret e-filled composite metal deck supported by composite steel beams, which is in turn supported by a continuous girder system. The roof system is galvanized metal deck supported by bar joists. Exterior finish will be CMU, precast concrete, and stucco to match the existing facility. Mechanical work includes extension of the existing water service; installation of new plumbing fixtures; extension of existing gas service; installation of a new sanitary waste system to be connected to the new building sanitary sew er; a dual-pump ejector to permit proper drainage to the new sanitary sewer; and roof drainage. HVAC work includes air-conditioning via a water-cooled chilled water system; heating for the addition provided b y a high-efficiency condensing boiler system; c omputer-room air conditioning units for the equipment room; Variable-air-volume system for the main level; exhaust fan for the toilet areas; and direct digital controls (DDC) to control and monitor HVAC equipment. Fire protection work includes extension of the existing fire service entrance for the addition; sprinkler system protection for t he addition; a wet-pipe fire suppression system for the building except for the NCC equipment room, for which a pre-action fire suppression system shall be provided. Electrical work includes an upgrade of the existing building transformer to a larger size; site lighting; rerouting of existing communications cabling infrastruct ure to the communications center; installation of an Earth Electrode System (EES); installation of a power distribution system, lighting; fire alarm detection; telecommunications infra structure; lightning protection; PA/Mass notification system; security; UPS system; emergency generator; specialized grounding for the computer room; and cable tray distribution network. Exterior site work includes asphalt parking lots and drives, with concrete curb and gutter; concrete loading docks and secured storage; site grading and removal, storm drainage/erosion control; and security fencing. 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 u sed to evaluate the technical evaluation factors. The technical evaluations factors include: Construction Experience; Past Performance, Construction; Qualification of Construction Personnel/Mechanical, Electrical and Communication Subcontractors; Schedule; Project Management Plan and Utilizations of Small Business Concerns. Price will be subjectively evaluated considering Best Value and Realism. The estimated construction cost of this project is between $7,500,000 and $10,000,000. Contractor's Quality Contr ol will be a requirement in this contract. Large business concerns submitting bids 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 subcontra cting plan. The U.S. Army Corps of Engineer s considers the following goals reasonable and achievable for this contract: (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1.5% of planned subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The awarded Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time proposed by him after receipt of Notice to Proceed. Provisions will be included 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. Offerors: Please be adv ised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Repre sentations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to OR CA. Obtaining Solicitation Documents: This office will no longer send copies (paper or CDS) of amendments and solicitations to interested parties. Solicitation documents will be posted on FedTeDS. FedTeDS is a web-based dissemination tool designed to safeg uard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended an d a link provided to access FedTeDS*. The process to download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 2. *Once you open the bid announcement on Fed Biz Opps, there will be a link to the solicitation on FedTeDS in th e remarks section. Click on the link. 3. If you are a first time user, you will have to register** (see info included below); if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files to yo ur location. **Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The informa tion listed below is required to register. 1. Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2. DUNS Number or CAGE code 3. Telephone Number 4. E-Mail address Questions regarding Contracting Matters should be made to: 402-221- 3705. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at : (402) 221-3981 or Specification Section at: (402) 221- 45 47. Commander, U.S. Army Engineer District, Omaha, ATTENTION: CENWO-CT-M, 106 South 15th Street, Omaha, NE 68102-1618. Point of Contact Polina Poluektova, 4022213705 Email your questions to US Army Corps of Engineer - Omaha District at Polina.A.Poluektova@usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00968287-W 20060120/060118212451 (fbodaily.com)
 
Source
FedBizOpps 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.