Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOLICITATION NOTICE

Y -- FY07 Brigade Complex, Fort Lewis, Washington

Notice Date
10/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-07-R-0006
 
Response Due
12/5/2006
 
Archive Date
2/3/2007
 
Small Business Set-Aside
N/A
 
Description
Please contact Kevin T. Mulvihill at Kevin.T.Mulvihill@nws02.usace.army.mil for any questions regarding this project. The Seattle District Corps of Engineers has two-phase design/build competitive requirement for a project titled, FY07 Brigade Compl ex, Fort Lewis, Washington. The project consists of constructing a facility that provides the following: 1) Unaccompanied Enlisted Personnel Housing (UEPH), providing a UEPH facility for 600 soldiers with a maximum square footage of 219,600 square feet. The type of housing is intended to be similar both functionally and technically to private sector housing such as that found in the communities surrounding the Installation. Facility includes associated site work, utilities, parking, as well as lawnmower and storage buildings. Lawnmower and storage buildings are multifunctional, storing and screening recycla bles and trash, and providing secure storage for grounds maintenance equipment; 2) Utility and Road Installation, upgrading the existing water, sewer, storm drain, electrical, natural gas and communications utilities to provide a complete underground utili ty infrastructure sized and stubbed for current and future construction on and near Charlie Block at North Fort Lewis. Upgrade road surfaces, including walks, curbs and gutters, for approximately 10,500 feet of roadways surrounding and crossing Charlie  Block. Some new roadway is included; 3) Battalion Headquarters (BN HQ), providing a 17,477 square foot Large Battalion Headquarters Facility with classrooms to house Battalion command, administrative and training operations. The facility is intended t o be similar to office type buildings in the private sector. Facility includes associated site work for utilities and parking; and 4) Provide upgrade to a Remote Switching Unit (RSU); providing approximately 1,200 sq. ft. of floor space and 480 sq. ft. of additional vault space to an existing RSU at North Fort Lewis to accommodate additional switching and network equipment provided by the Army Information Command. Building is similar to commercial telephone switching stations in the private sector. The Co nstruction Cost Limitation is $72,000,000.00 and the performance period is estimated at 540 calendar days. The NAICS code for this project is 236220. The solicitation will be a two-phase design / build RFP in accordance with procedures outlined in Federa l Acquisition Regulation (FAR) Part 36.3 entitled Two-Phase Design-Build Selection Procedures. There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach, evidence of ability to obtain bond ing) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions in the solicitation. The submittals will be evaluated and the Contracting Offi cer will select up to three of the most highly qualified offerors. Phase Two will require the offerors selected in Phase One to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15 and 00120 of the solicitation. This first phase of the solicitation will be issued in electronic format only on FedTeDS at http://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912DW-07-R-0003 on or about 23 October 2006. NO CD's OR HARD COPIES WILL BE AV AILABLE. Offerors are responsible for checking the referenced page for any update(s) to the notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced webs ite. To get automatic notifications of updates to this solicitation, you MUST click the Register to Receive Notifications button in the listing for this solicitation on FedBizOpps and fill in your email address. If you want to list your firm so others can see you are an interested vendor, you must click t he Register as Interested Vendor button in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines. Project is open to both large and small business. If you are a la rge business and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the la st 3 fiscal years, does not exceed $31 million. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 and also see the FedBizOpps postings at http://www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01162152-W 20061007/061005220723 (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.