Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOLICITATION NOTICE

Y -- Y--BASIC EXPEDITIONARY AIRMAN SKILL TRAINING (BEAST), LACKLAND AFB, SAN ANTONIO, TX POINT OF CONTACT: SHELLEY CALDERON, CONTRACT SPECIALIST, (817/886-1090)

Notice Date
12/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-R-0016
 
Response Due
2/15/2007
 
Archive Date
4/16/2007
 
Small Business Set-Aside
N/A
 
Description
The project will include the construction of four camps and a core administration area for Basic Expeditionary Airman Training (BEAST). These camps are needed to provide the facilities to support the additional two week training period added to the BMT program in 2004. This project will include roadways and utilities to a remote location on the south west corner of the Lackland Training Annex. The project includes the demolition of structures located on the site. The design and contracting of the new facilities will be required before the existing facilities can be demolished. The communications design must be done by a Registered Communications Distribution Designer (RCDD). Must provide a dedicated on site Scheduler. QC and Superintendent canno t be the same person (QC must be independent). The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing revie w, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) com pliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisi tion is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcon tracting goals are for specified percentages of the contractors total planned subcontracting amount to be placed with the following: Small Business 51.2%; Small Disadvantages Business, 8.8%; Women-Owned Small Business, 7.3%; Service-Disabled Veteran-Owned Small Business, 1.5%; and HUBZone Small Business, 3.1%. Plans and specifications will not be provided in a paper hard copy format. Notification of amendments shall be made through the Internet. The Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. All offerors are encouraged to visit the Armys Single Face to Industry web site at http://acquisition.army.mil/default.htm to view other business opportunities. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&Solicit ationNumber=W9126G-06-R-0016 Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format or on compact disc. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 11 January 2007, and the estimated proposal due date will be on or about 15 February 2007. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 11 January 2007. The project will include the construction of four camps and a core administration area for Basic Expeditionary Airman Training (BEAST). These camps are needed to provide the facilities to support the additional two week training period added to the BMT pr ogram in 2004. This project will include roadways and utilities to a remote location on the south west corner of the Lackland Training Annex. The project includes the demolition of structures located on the site. The design and contracting of the new fa cilities will be required before the existing facilities can be demolished. The communications design must be done by a Registered Communications Distribution Designer (RCDD). Must provide a dedicated on site Scheduler. QC and Superintendent cannot be t he same person (QC must be independent). The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing revie w, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) com pliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisi tion is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcon tracting goals are for specified percentages of the contractors total planned subcontracting amount to be placed with the following: Small B usiness 51.2%; Small Disadvantages Business, 8.8%; Women-Owned Small Business, 7.3%; Service-Disabled Veteran-Owned Small Business, 1.5%; and HUBZone Small Business, 3.1%. Plans and specifications will not be provided in a paper hard copy format. Notificat ion of amendments shall be made through the Internet. The Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following address daily for a ny posted changes to this solicitation. All offerors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. After solicitation issuance, contractors may view and/o r download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0016 Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format or on compact disc. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. Y ou may register with the CCR at http://www.ccr.gov/. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 11 January 2007, and the estimated proposal due date will be on or about 15 February 2007. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 11 January 2007. The project will include the construction of four camps and a core administration area for Basic Expeditionary Airman Training (BEAST). These camps are needed to provide the facilities to support the additional two week training period added to the BMT pr ogram in 2004. This project will include roadways and utilities to a remote location on the south west corner of the Lackland Training Annex. The project includes the demolition of structures located on the site. The design and contracting of the new fa cilities will be required before the existing facilities can be demolished. The communications design must be done by a Registered Communications Distribution Designer (RCDD). Must provide a dedicated on site Scheduler. QC and Superintendent cannot be t he same person (QC must be independent). The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing revie w, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) com pliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisi tion is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 25% of the contract work with his/her own employees. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcon tracting goals are for specified percentages of the contractors total planned subcontracting amount to be placed with the following: Small Business 51.2%; Small Disadvantages Business, 8.8%; Women-Owned Small Business, 7.3%; Service-Disabled Veteran-Owned Small Business, 1.5%; and HUBZone Small Business, 3.1%. Plans and specifications will not be provided in a paper hard copy format. Notification of amendments shall be made through the Internet. The Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. All offerors are encouraged to visit the Armys Single Face to Industry web site at http://acquisition.army.mil/default.htm to view other business opportunities. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0016 Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format or on compact disc. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. Y ou may register with the CCR at http://www.ccr.gov/. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 11 January 2007, and the estimated proposal due date will be on or about 15 February 2007. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 11 January 2007. Point of Contact: Shelley Calderon, Contract Specialist, (817/886-1090)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01203000-W 20061229/061227220449 (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.