Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

Y -- Design-Build Child Development Center, Fort Myer, Virginia

Notice Date
6/12/2006
 
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-0051
 
Response Due
7/28/2006
 
Archive Date
9/26/2006
 
Small Business Set-Aside
N/A
 
Description
***Note: This project was previously advertised by pre-solicitation announcement on 24 March 2006 as solicitation no. W912DR-06-R-0026*** This proposed procurement is Unrestricted, NAICS is 236220 with a size standard of $31,000,000.00. Design/Build Construction of a new Child Development Center (CDC) at Fort Myer, Virginia is being advertised as a Request for Proposal. The Child Developme nt Center (CDC) project at Fort Myer, Virginia is a 37,000 square foot facility to include space for 348 children. The footprint of the CDC will be a single level T shape. It includes all associated site work, utilities and communication infrastructure. The project site is off of Carpenter road and adjacent to the Radar Clinic. The existing steam line is in the area of the new parking lot. This line is to be protected until paving requires relocation at the end of the project. The project will include ro oms for infants, toddlers, and preschool children. Facility shall also include patron reception/entrance areas; central storage; supply rooms; administrative areas ; staff lounge/training room; isolation room; kitchen ; laundry ; and janitor closet. Activi ty rooms shall include diapering stations, children and adult toilets. Exterior area shall be landscaped and provide parking spaces for 87 vehicles and 2 fenced playground areas. All aspects of the facility must meet the latest accessibility to the public/ staff and applicable handicapped children standards. Physical security and anti-terrorism measures will be in accordance with the latest version of the Department of Defense Antiterrorism Minimum Construction Standards for buildings. HVAC will be through a four pipe terminal unit system with outside ventilation feed from energy recovery unit. All HVAC equipment shall be controlled by the DDC system. Special architectural treatments to include brick facades and slate-look roofing are required for historical district compatibility. Project will have five options: (1) Install radiant heating under classroom floors (2) Construct 13,831 SF School Age Children (SAC) wing (3) Abandon steam line in place vice relocation (4) Install Playground Equipment and Surface ( 5) Demolition of the existing 38,865 square foot CDC at building 469 and 9,000 square yard site converted to green space after functional transfer is completed to new facility. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Estimated cost of construction is between $10,000,000.00 and $25,000,000.00. Construction duration is 540 calendar days from Notice to Proceed . Large Business Firms are required to submit a subcontracting plan with their proposals. For the purposes of this procurement, the following goals are considered reasonable and achievable during the term of the contract: 65% a minimum of the planned subco ntracting dollars to be placed with small business concerns. (The following are subsets of the small business goal): And of that portion placed with small business concerns, 20% shall be placed with small disadvantaged business concerns, to include HBCU/MI's. 10% to be placed with women owned small businesses; 3% to be placed with HUBZones small businesses; 3% to be pla ced with Veteran-Owned small businesses and 3% to be placed with Service-Disabled Veteran-Owned small businesses. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Technical Data Solution System (FedTeDS) -- a one-time registration process for vendors/contractors -- Accounts may only be attained by CCR-registered contractors/vendors, go to www.fedteds.gov for additional information. After issuance of the solicitation, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedte ds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912DR-06-R-0026. Plans and specifications will not be available in paper format. Use of the FedTeDS website requires prior registration at www.fedteds.gov. 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 Reg istration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. All offerors are encouraged to visit the Baltimore District's public web site, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM - W912DR - IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. Technical Qualifications: Technical proposals will be evaluated based upon the following factors: 1. General Contractor Relevant Experience 2. General Contractor Past Performance 3. Architect/Engineer Qualifications if offering the Design/Build Option 4. Design-Build Narrative if Offering this Option 5. Compliance: If Offering the Design-Build Option The Baltimore District Corps of Engineers intends to award one Firm-Fixed Price Contract to the offeror whose proposal represents the Best Over-All Value to the government. It is imperative that a small disadvantaged business contacts their cognizant Sm all Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB 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. The solicitation will not be issued in paper. All responsi ble sources may submit a proposal, which shall be considered by the agency. This solicitation will be available on or about 27 June 2006, proposals due on or about 28 July 2006. A preproposal conference and/or site visit will be conducted, date to be det ermined. *****
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01067996-W 20060614/060612220941 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.