Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

Y -- Design Build of Kirtland Air Force Base Armed Forces Reserve Center, New Mexico

Notice Date
10/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-06-R-0079
 
Response Due
11/16/2006
 
Archive Date
1/15/2007
 
Small Business Set-Aside
N/A
 
Description
Design/Build of a new 800 member 93,993 SF Armed Forces Reserve Center (AFRC), 16,676 SF Vehicle Maintenance Shop (VMS), Area Maintenance Support Activity (AMSA) and a 2,128 SF Unheated Storage Facility (UHS) located at Kirtland Air Force Base, New M exico. The buildings will be permanent construction with reinforced concrete foundations, concrete floor slabs, mechanical systems including air conditioning and electrical systems. Supporting facilities include site preparation, paving, fencing, bi-level loading ramp, covered wash rack and extension of utilities to serve the project. Building components must be chosen from the following facades and roof types. AFRC facades in following order preference: a. (preferred) Exterior cavity wall of masonry veneer and either CMU, tilt-up or pre-cast backup. Exterior wall may be load bearing. Brick veneer is preferable to other masonry finishes. b. Exterior wall of me tal panel veneer and either CMU, tilt-up, or pre-cast backup. c. Exterior wall of masonry veneer and steel stud backup. Brick veneer is the preferable to other masonry. d. Metal panel/steel stud backup exterior wall. e. Tilt-up or pre-cast concrete pan el exterior wall with no separate wythe of brick veneer. Exterior wall may be load bearing. Exterior face of concrete panels may be cast-in thin brick (preferred) or other treatment. f. Exterior Insulation Finish System (EIFS) cladding. g. For VMS AMSA, Pre-engineered steel building with masonry or steel skin also accepted. (least preferred). Roof types: a. Sloped standing seam metal roofing (preferred). b. Sloped 50-year asphalt shingle. c. Low sloped single ply EPDM membrane d. Low sloped modified bit umen. Force protection measures shall be incorporated into the design, including maximum standoff distance from roads, parking areas and vehicle unloading areas. Furniture will be purchased by other contract. This solicitation also contains an option for an additional weapons simulator within the training center. The estimated price range is between $10,000,000.00 and $25,000,000.00. A construction cost limitation will be provided with the Phase 2 technical requirements package. This solicitation is the advertisement of a 2-Phase Design/Build Best Value process. This process requires potential offerors to submit their performance and capability information initially for review and consideration by the Government. Following the review, evaluation and r ating of the Phase 1 proposals, the Government will select a maximum of five highest rated offerors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government. The technical information conta ined in the Phase 2 proposal will be reviewed, evaluated and rated by the Government. The final evaluation rating used for comparison, selection and award will reflect both the rating received in Phase 1 and the evaluation rating received in Phase 2. The proposal process for this 2 Phase procurement consists of the following: The Phase 1 Proposal: Pro Forma Information, Experience of the Prime Contractor and Design Contractor, Past Performance of the Prime Contractor and Design Contractor, Technical Appr oach and Past Performance on Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses. The Phase 2 Proposal: Pro Forma Information, Management, Technical Proposal Information, Subcontracting and Bonding Information, and Cost Proposal In formation. For Phase 2, all evaluation factors, other than cost or price, when combined, are equal to cost or price. NAICS 236220. Contract duration is 730 days. Approximate issue date is October 16, 2006 and approximate closing date is November 16, 2 006 at 1:00 p.m. (local time  EDT). Project documents will be available on Compact Disk (CD) and web only. Requesting the CD for this project requires registration at the Federal Technical Data Solutions (FedTDs) website at http://www.fedteds.gov. Do wnloads are available only through the FedTDs website. This announcement serves as the advance notice for this project. Amendments will be available from the FedTDs website by download only. Note: This is a Full and Open Procurement; however, in accordan ce with Federal Acquisition Regulation 19.1307(b), this project requires the HUBZone 10% price evaluation preference.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville, Kirtland Air Force Base 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01159805-W 20061004/061002220422 (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.