Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOLICITATION NOTICE

Z -- Addition/Alteration of Dental Clinic, Fort Irwin, CA

Notice Date
11/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-07-R-0003
 
Response Due
1/10/2007
 
Archive Date
3/11/2007
 
Small Business Set-Aside
8a Competitive
 
Description
ZAddition/Alteration of Dental Clinic, Fort Irwin, CA ________________________________________ ________________________________________ General Information Document Type: Pre solicitation Notice Solicitation Number: W912PL-07-R-0003 Posted Date: Original Response Date: January 10, 2007 Current Response Date: January 10, 2007 Original Archive Date: Current Archive Date: Classification Code: Z-Addition/Alteration of Dental Clinic, Fort Irwin, CA Set Aside: 8(a) Competitive Naics Code: 236220 Contracting Office Address: US Army Engineer District, Los Angeles, P. 0. Box 532711, Los Angeles, CA 90053-2325 Description: SOLICITATION NO.: W912PL-07-R-0003 TYPE OF CONTRACT: Construction CONTRACT SPECIATIST: Lucia A. Carvajal PHONE: 213.452.3240 AVAIL FOR DOWNLOAD: November 30, 2006 DUE DATE/TIME: January 10, 2007, 2:00 PM Local Time FSC: Z142 PROJECT TITLE: Addition/Alteration of Dental Clinic LOCATION: Fort Irwin, California Estimated Cost Range is between $1,000,000.00 and $5,000,000.00. This Procurement will be conducted under FSC CODE: Z142, SIC CODE: 1629, NAICS Code: 236220. The size standard for this code is $31,000,000. All questions should be directed to the Contract Specialist, Lucia A. Carvajal, at (213) 452.3240, FAX: No.: (213) 452.4187, e-mail lucia.a.carvajal@usace.army.mil Information about the time and location of the pre-proposal conference and/or site visit will be found in Section 00100 of the s pecifications. TYPE OF AWARD: Firm-Fixed Price DESCRIPTION: The scope of this project is to add 10 dental treatment rooms, additional dentist offices and central sterilization facilities to the Shuttleworth Clinic, Fort Irwin, California. A new dentistry suite will be construction in the Addition ar ea and the existing surgery suite in the existing building will them be demolished and reconstructed in the Alteration area. Other selective demolition will be accomplished to provide interior circulation access to the Addition. The existing dental HVAC system will be increased/replaced with new components. Outdated and undersized critical infrastructure and regulatory compliance items will be replaced with new components and existing windows will be replaced with AT/FP compliant efficient windows. In a ddition, an existing Dental Clinic dating from the 1940s will be demolished as part of this project. This is an 8(a) competitive procurement. The Small Business Administration has determined that, for this project, competition will be restricted to eligible 8(a) firms certified for participation in the 8(a) Program with Headquarters or approved satellite offices within Region 9 of the Small Business Administration and which have a NAICS code 236220 among their approved NAICS codes. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. All offers are due no later than January 10, 2007 at 2:00 pm PST. Please be advised that there will not be a public bid opening for this project. The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The basis for award is LOWEST PRICED, TECHNICALLY ACCEPTABLE. The lowest priced proposal with a technically acceptable proposal that has r eceived all GO ratings will be awarded the contract. It is the Governments intent to award based on initial offers without discussions. Evaluation factors may consist of the following: Prime contractor experience; past performance, management plan, and c onstruction phasing and sequencing plan. The aforementioned evaluation factors may not be all inclusive. ORDERING SOLICITATION: The solicitation will be available on or about November 30, 2006. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this acquisiti on will be posted on a secure Government website known as FedTeDS. Access to the solicitation documents on the FedTeDS website will be via a hyperlink. The hyperlink will be inserted into the notices for this acquisition posted on both the Army Sin gle Face to Industry (ASFI) website (https://acquisition.army.mil/asfi/) and the FedBizOpps (FBO) website (www.fbo.gov) once the solicitation is issued. The hyper-link will not appear as a website address, but as text as follows: Available online via the FedTeDS (Federal Technical Data Solution) website. Viewing/downloading documents from FedTeDS will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you will also be required t o register in FedTeDS (www.fedteds.gov) before accessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendor/Contractor Registration Process option. The following information will be r equired: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered with FedTeDS, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTeDS is not searchable by any other means. Please note that ALL firms who want to access the solicitation both prospective primes and su bs will be required to be registered with FedTeDS and therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. For further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and Fe dTeDS Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at 866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDS Assistance). IT IS T HE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY OR ANY AMENDMENTS OR CHANGE S TO THE SOLICITATION. Point of Contact Lucia A. Carvajal, 213.452.3240 Email your questions to US Army Engineer District, Los Angeles District, at lucia.a.carvajal@usace.army.mil Cynthia McManus, 213.452.3247 Email questions to US Army Engineer District, Los Angeles, at Cynthia.h.mcmanus@usace.army.mil Place of Performance Address: US Army Engineer District, Los Angeles, P. O. Box 532711, Los Angeles, CA Postal Code: 90053-2325 Country: US
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN01181625-W 20061117/061115224727 (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.