Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
SOLICITATION NOTICE

Y -- Officer Family Housing, Pine Bluff Arsenal, Jefferson County, Arkansas

Notice Date
11/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-07-R-6000
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice: This solicitation will be a Full and Open Competition for the U.S. Army Corps of Engineers (Little Rock District) for a Design-Bid-Build Construction Services, to construct three and four bedroom family housing located withi n the boundaries of Pine Bluff Arsenal, Jefferson County, Arkansas. SCOPE OF WORK: The project consists of demolishing nine existing Staff Row Housing and the Commanders House and replacing with new 3BR and 4BR Family Housing. The construction at Staff Row (Site 1) is divided into two stages: 1) Stage 1 consist of a) the demolition of the five westerly residential facilities with carports, utilities, and site clearing including removal of chain link fence, shrubbery, trees, driveways, walkways, concrete storm drainage ditch, and ot her miscellaneous items; and b) the construction of three new 3BR and two 4BR residences with associated site improvements, awarded per the Bid Schedule. 2) Stage 2 consist of a) demolition of the remaining four easterly residential facilities with carports, utilities, and site clearing including removal or chain link fence, shrubbery, driveways, walkways, concrete storm drainage ditch, and oth er miscellaneous items; and b) the construction of two 3BR and two 4BR residences with associated site improvement, awarded per the Bid Schedule. The construction at Site 2 consist of a) demolition of existing commander's house, utilities, and site clearing including removal of shrubbery, fencing, driveways, and other miscellaneous items; and b) the construction of a new 4BR Commanders residence wi th associated site improvements awarded per the Bid Schedule. Work at this site may commence after Stage 1 construction is complete, or as directed by the Contracting Officers Representative. The work encompasses the following new construction: concrete slab on grade, concrete driveways, concrete walks, fencing - wood and chain link, landscaping, wood framed structures, fiberglass shingles, fiberglass insulation, cellulosic insulation, acoustic al insulation, painted drywalls, carpet, laminate flooring, porcelain tile, millwork, cabinetry, wood and metal doors, garage doors, insulated vinyl windows, hardware, residential sprinkler system, range/ovens and range hood, dishwashers, garbage disposals , window blinds, toilet accessories, split-system HVAC, plumbing fixtures, electrical lights, ceiling fans, outlets, telephone/data lines, TV cable, exterior electrical service, water and gas lines, and removal and reinstalling 3 existing concrete storm sh elters. CONTRACT INFORMATION: This solicitation will be evaluated under the Best Value selection process, where technical is approximately equal to cost. Interested firms or joint venture entities (referred to as Offerors) may submit certain specified performan ce capability proposals, demonstrating their capability to successfully execute the construction contract resulting from this solicitation. The Government will evaluate the proposals, in accordance with the criteria described for in Sections 00110 and 0012 0 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering tech nical and cost. Evaluation criteria will be published in the solicitation notice at a later date. The North American Industrial Classification System (NAICS) code applicable to this project is 236115 (New Single-Family Housing Construction), which corresponds to SIC 1521. The Small Business Size Standard is $31.0 Million. Estimated solicitation issue date is on or about December 18, 2006 under solicitation number W9127S-07-R-6000. Proposals are anticipated to be due on or about January 31, 2007. (30 days from issuance of the solicitation). If the Government elects to con duct a Pre-Proposal Confe rence, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and specifications will not be provided in a hard paper copy. This solicitation w ill be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Feder al agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered wi th the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?open form&SolicitationNumber=W9127S-07-R-6000. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. You are advised that FedTeDS currently does not have a Plan Holders List capability. Therefore, offerors are encouraged visi t https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm to link to the planholders list and obtain general information. You will not be able to download plans from this site; however it will provide a line to the file on FedTeds (you must be regi stered with FedTeds to download files). The contract specialist for this solicitation will be Darrel Johnson, 501-324-5720; or by e-mail at darrel.l.johnson@us.army.mil. Download Solicitation Files from Fed-Teds only. Download Files for Solicitation W9127S-07-6000 Will Not Be Available till 18 December 2006.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01186744-W 20061129/061127220525 (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.