Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

38 -- Renovation of Building 120, Phase 2, Aberdeen Proving Ground, MD

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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-0061
 
Response Due
8/25/2006
 
Archive Date
10/24/2006
 
Small Business Set-Aside
N/A
 
Description
This solicitation is unrestricted. Phase 2 Renovation of Building 120, Aberdeen Proving Ground, MD. Estimated cost of construction is $5,000,000.00 to $10,000,000.00 including options. The assigned NAICS is 236210 with a size standard of $31,000,0 00.00. Completion shall be not later than 365 calendar days. The project consists of the Phase 2 Renovation of Building 120 of approximately 25,000 SF to accommodate the Combined Test Organization Node of the Future Combat System. The renovation will inc lude HVAC, structural, architectural finishes, electrical upgrades, and site-work. Phase 2 will include the remainder for the 1st floor of the original building that was not included in the Phase I project. These spaces will include the provision of the m ain entrance to the building, touch-down office space for transient workers, open office space on both the 1st and 2nd floors of the original building, a secure space on the 2nd floor, new interior circulation systems on the 1st and 2nd floors including an elevator, new central stair and an extension to another stair, new toilets, new mechanical, electrical and data/communications services to the entire original building, a new electrical service to the entire building, portions of the original buildings roof will be replaced by modified bitumen roofing membranes, the exterior of the original building will be cleaned and repaired, and the windows will be replaced. There will be two (2) bid options as identified below: Option 1  Will include the complete R enovation of Building Addition from basement to roof including the high bay spaces located north of the office portion of the addition, the removal of asbestos and lead-based paint , demolition, the provision of the Blue Cell (friendly) Player Interactive Simulation Area (PISA), the Red Cell (enemy), and the Gray Cell (civilian) PISAs, a Tactical Operations Center (TOC), rooms for wireframe mock-ups of prototype vehicles and the computer racks to operate the wireframes, new toilets, new mechanical, electri cal and data/communications services to the entire Building Addition. Option 1 - Will also include the repair of the exterior of the Building Addition, new modified bitumen roofing, and recladding of the exterior the high bay spaces. Option 2  Will inclu de site-work around the building including antiterrorism setbacks, new parking facilities, site lighting, and other amenities. This project will include the following proprietary items: Building Automation System Manufacturer: Johnson Controls Metasys, 57 57 Green Bay Avenue, Milwaukee, WI 53201 This request for proposal requires separate technical and cost proposals to be evaluated based on the Best Value for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms are required to submit a subcontracting plan at the time of receipt of their proposals. The following subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted: 65% of the subcontracted dollar value shall be for small businesses, of that 65%, 20% shall be for small disadvantaged businesses, 10% shall be for women owned small businesses, 3% shall be for Hub-zone small businesses, 3% shall be for veteran owned small businesses and 3% shall be for Service Disabled Veteran owned small businesses. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federa l 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 solicitat ion, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912DR-06-R-0060. Plans and specifications will not be available in paper format. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, package, etc, must include the name of the particular Contract Specialist for the particular project. All deliveries, packages, etc of more than one box or container must be bound together by tape or other means. Use of the FedTe DS 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 Registration Databas e (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. It is imperative that all Small Disadvantaged busin esses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, the prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contra ctors/subcontractors. Issuance on or about July 25, 2006 bid opening date on or about August 25, 2006.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01085795-W 20060712/060710221007 (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.