Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
MODIFICATION

Y -- Design Build of Stewart Newburgh Armed Forces Reserve Center, located in New Windsor, New York

Notice Date
10/30/2006
 
Notice Type
Modification
 
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-0078
 
Response Due
11/13/2006
 
Archive Date
1/12/2007
 
Small Business Set-Aside
N/A
 
Description
Design/Build of a new 360 member 74,000 SF Stewart Newburgh Armed Forces Reserve Center (AFRC), 14,000 SF Vehicle Maintenance Shop (VMS)/Area Maintenance Support Activity (AMSA) and a 2,350 SF Unheated Storage Facility (UHS) located in New Windsor, N ew York. The buildings will be permanent construction with reinforced concrete foundations, concrete floor slabs, mechanical systems including air conditioning and electrical systems. There are the following options: partial pavement of the military equip ment parking area, pavement overlay for the privately owned vehicles and demolition of two structures on site. Supporting facilities include site preparation, paving, fencing, bi-level loading ramp, covered wash rack and extension of utilities to serve th e project. Building components must be chosen from the following facades and roof types. Facades in order preference: a. (preferred) Exterior cavity wall of masonry veneer, air space, insulation, and either CMU, tilt-up or pre-cast backup. Exterior wall may be load bearing. Brick veneer is preferable to other masonry finishes. b. Metal panel/steel stud backup exterior wall. c. Tilt-up or pre-cast concrete panel 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. d. Exterior cavity wall of masonry veneer, air space, insulation, and either CMU, tilt-up or pre-cast backup. Exterior wall may be load bearing. Brick veneer is pr eferable to other masonry finishes. e. Exterior wall of metal panel veneer and either CMU, tilt-up or pre-cast backup. f. Exterior wall of masonry veneer and steel stud backup. Brick veneer is preferable to other masonry. g. Metal panel/steel stud ba ckup exterior wall. h. Tilt-up or pre-cast concrete panel 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. i. Pre-engine ered steel building with masonry or steel skin. (least preferred). Roofs types: a. Sloped standing seam metal roofing  highly preferred. b. Sloped 50-year asphalt shingle  preferred c. Low sloped single ply EPDM membrane d. Low sloped modified bitumen . 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 item to demolish 2 existing buildings on the site. 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 rating of the Phas e 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 contained 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 Approach and Past Per formance on Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses. The Phase 2 Proposal: Pro Forma Information, Management, Technical Pro posal Information, Subcontracting and Bonding Information, and Cost Proposal Information. For Phase 2, all evaluation factors, other than cost or price, when combined, are equal to cost or price. NAICS 236220. Contract duration is 540 days. Approximat e issue date is October 11, 2006 and approximate closing date is November 13, 2006 at 1:00 p.m. (local time  EDT). The solicitation and amendments will be available for download from the Federal Technical Data Solution (FedTeds) website. You must be re gistered on the site to be able to download the documents @ http://www.fedteds.gov. This announcement services as the advanced 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 accordance with Federal Acquisition Regulation 19.1307(b), this project requires the HUBZone 10% price evaluation preference. Amendment 0001 was issued 30 October 2006.
 
Place of Performance
Address: US Army Corps of Engineers, New Windsor, New York location 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01173093-W 20061101/061030220513 (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.