Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

Y -- Kayenta Community School Replacement, Kayenta, Navajo County, Arizona

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-06-R-0017
 
Response Due
9/6/2006
 
Archive Date
11/5/2006
 
Small Business Set-Aside
N/A
 
Description
KAYENTA COMMUNITY SCHOOL REPLACEMENT, KAYENTA, NAVAJO COUNTY, ARIZONA. The proposed procurement is unrestricted, open to both large and small business concerns. NAICS is 236220/SIC 1542, with a size standard of $31,000,000.00. The magnitude of constr uction is greater than $10,000,000.00. Bonding will be required for this acquisition. Offerors attention is directed to Section 00100 in the Solicitation for information regarding the tour of the site. Plans will be issued on or about 19 July 2006, with pr oposals due on or about 6 September 2006. Large business firms are required to submit a subcontracting plan with the following minimum goals: 51.2% for small business; 8.8% for small disadvantaged business; 7.3% for women-owned small business; 3.1% for HUB Zone small business; and 1.5% for service-disabled veteran-owned small business. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availabilit y of funds. THE PROJECT replaces the existing Bureau of Indian Affairs Kayenta Community School, Kayenta, Navajo County, Arizona, with three new school buildings: a K-8 school building, approximately 76,192 gross square feet; a 120-student, coed, two-story dormitory, approximately 24,900 gross square feet; for students grades 1-8, with central administrative and common use single-story core; and a facilities maintenance shop with bus-maintenance bay and equipment storage, approximately 2,418 gross square fe et. The K-8 school building includes elementary and middle school interdisciplinary and special purpose classrooms and support spaces; a Multi-purpose/gymnasium with locker rooms, showers, and office/storage spaces; media center/library; and dining facili ties and kitchen with loading dock. All buildings will be constructed with fire and life safety considerations. Typical exterior wall construction is masonry veneer and EIFS on metal studs with batt insulation. The primary roofing system for the low pit ched roofs is a single ply fully adhered, mechanically attached TPO membrane over rigid insulation board. Pre-engineered metal building systems are specified for the gymnasium portion of the K-8 school building, the facility maintenance building and bus s helter. Foundation system consists of deep foundation straight shaft concrete drilled piers and grade beams. Site work involves minor demolition, a new, elevated, 200,000 gallon water tank, new underground utilities, landscaping, fencing, pavements for parking and access roads, playgrounds, playing field, storm drainage system, and replacement of two well houses. Project shall be LEED Silver Certified. THE PROJECT will be advertised as a Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best overall value to the Government. Proposed procurement will result in a firm-fixed price contra ct. Questions of a technical nature should be addressed to Gary Lopez at (505) 342-3325 or e-mail at: Gary.A.Lopez@spa02.usace.army.mil. OFFERORS MUST BE REGISTERED with Central Contractor Registration (CCR), in order to receive a Government Contract award . To register, the CCR Internet address is: http://www.ccr.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool desig ned to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on t he Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912PP-06-R-0017. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunit ies. YOU ARE ADVISED THAT FEDTEDS CURRENTLY DOES NOT HAVE A PLAN HOLDERS LIST CAPABILITY. THEREFORE, OFFERORS ARE ENCOURAGED TO POST NOTICES OF PROSPECTIVE SUBCONTRACTING OPPORTUNITIES ON THE FEDBIZOPS WEBSITE AT WWW.FBO.GOV.
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
Country: US
 
Record
SN01082305-W 20060705/060703220344 (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.