Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

Y -- DESIGN /BUILD CHAPEL CENTER, GOODFELLOW AIR FORCE BASE, SAN ANGELO, TX

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0067
 
Response Due
7/19/2006
 
Archive Date
9/17/2006
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Shelley Calderon, Contract Specialist, (817) 886-1090. Design and Construction Services to be performed under the firm fixed price contract will consist of constructing a non-denominational (military) Chapel Center. The project includes but is not necessarily limited to: a military religious complex (approxima tely 14,000 sf), single story facility with multi-functional worship center, offices, restrooms, fellowship hall with kitchen, workroom, storage areas, media room, HVAC systems, and fire detection and protection. Supporting facilities will include water, sewer, gas, electric service, paving, walks, curbs and gutters, security lighting; storm drainage, information systems, and site improvements. Access for individuals with disabilities will be provided. DoD Anti-terrorism/Force Protection measures will be included. Special foundations may be required due to expansive soils. Demolition may be required that includes HAZMAT abatement and disposal. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing revie w, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) com pliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to co mply with the above requirements include but are limited to, (THIS LIST IS NOT ALL INCLUSIVE), registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental su rvey/design personnel, construction management. Estimated Construction Range: Between $1,000,000 & $5,000,000. Duration of project is 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220 . Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcontracting go als are for specified percentages of the contractors total planned subcontracting amount to be placed with the following: Small Business 51.2%; Small Disadvantages Business, 8.8%; Women-Ow ned Small Business, 7.3%; Service-Disabled Veteran-Owned Small Business, 1.5%; and HUBZone Small Business, 3.1%. Plans and specifications will not be provided in a paper hard copy format. Notification of amendments shall be made through the Internet. The G overnment reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. All offerors are en couraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the foll owing internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0067 Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format or on compact disc. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. Yo u may register with the CCR at http://www.ccr.gov/. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 19 June 2006, and the estimated proposal due date will be on or about 19 July 2006.
 
Place of Performance
Address: GOODFELLOW AFB c/o AO-CT PO Box 757 KILLEEN TX
Zip Code: 76540-0757
Country: US
 
Record
SN01062707-W 20060607/060605221554 (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.