Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOLICITATION NOTICE

Y -- Construction of an Armed Forces Reserve Center consisting of an Administration Bldg., Storage Bldg., Organizational Maintenance Shop/Area Maintenance Support Activity Vehicle Maintenance Bldg, Unheated Storage Bldg. and POV and MEP Areas

Notice Date
3/27/2007
 
Notice Type
Solicitation Notice
 
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-07-R-0041
 
Response Due
5/11/2007
 
Archive Date
7/10/2007
 
Small Business Set-Aside
N/A
 
Description
Construction of an Armed Forces Reserve Center consisting of an Administration Building, Storage Building, Organizational Maintenance Shop (OMS) / Area Maintenance Support Activity (AMSA) vehicle maintenance building, an Unheated Storage Building, Pr ivately Owned Vehicle (POV) parking areas, Military Equipment Parking (MEP) area, associated paved access drives, landscaping, demolition of existing structures, related site and utility work and incidental related work. The Administration Building is app roximately 54,354 square feet. This building is a two-story building with a combination concrete masonry unit (CMU) and exterior insulating finishing system (EIFS) exterior with perimeter load bearing CMU walls and interior steel frame structure. The sec ond floor framing consists of a composite steel deck supported by interior composite beams and girders with concrete fill. There is an insulated modified bitumen roofing system, an elevator, an automatic fire sprinkler system, HVAC, electrical and communi cation systems. The Administration Building will provide administrative office space, classroom, Distance Learning Center, library, learning center, physical fitness room, toilets, showers, locker rooms, publication storage mechanical, electrical and tele phone rooms. The Storage Building is approximately 32,714 square feet. This is a single story building with an exterior CMU veneer, perimeter load bearing CMU walls and interior steel frame structure, a concrete arms vault, an insulated modified bitumen roofing system, an automatic fire sprinkler system, HVAC, electrical and communication systems. The Storage Building will provide administrative office space, wire mesh unit storage caging, an arms vault, weapons simulator room, toilets, mechanical, elect rical and telephone rooms. The OMS/AMSA Building is approximately 38,813 square feet. This is a single story building with exterior CMU veneer, perimeter load bearing CMU and cast in place concrete walls with interior steel frame structure, an insulated modified bitumen roofing system, oil/water separator, an automatic fire sprinkler system, HVAC, vehicle exhaust, electrical and communication systems. The OMS/AMSA Building provides administrative office space, electrical repair, shop areas, vehicle maint enance bays, tool and parts storage, mechanical, electrical and telephone rooms. The Unheated Storage Building is approximately 6,716 square feet. This building is a single story unheated pre-engineered metal building with overhead coiling door, hollow m etal doors with frames, concrete floor slab, wire mesh partition caging, metal shelving, automatic fire sprinkler system and electrical system. Sixteen existing buildings are to be demolished as a part of this project that will require abatement of asbest os containing materials, lead-containing paint and hazardous materials. Meeting sustainable design goals is a part of the work. Option Items include upgrading the base bid perimeter security fence with an ornamental perimeter fence, the addition of a mov able storage system to the OMS/AMSA Building, a landscape irrigation system and the addition of a dock lift to the Storage Building. This is a FULL and OPEN procurement; however, in accordance with Federal Acquisition Regulation (FAR) 19.1307(b), this pro curement utilizes the HubZone 10% price evaluation preference. The Estimated Price Range of this project is between $25 Million and $100 Million. The performance period of the contract is 720 days. Award will be made to the Lowest Price Technically Acce ptable proposal. The evaluation factors will be Management, Experience, Past Performance and Price and Pro Forma Requirements. The anticipated issue date of the solicitation is April 11, 2007. The proposal due date is 2:00 p.m. (Local Time) May 11, 2007 . The solicitation and any amendments will be available for download only from the Federal Technical Data Solutions (FedTeds) website at www.fedteds.gov. To r equest a CD for this project requires registration at the FedTeds website. This announcement serves as the advance notice for this project.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2267
Country: US
 
Record
SN01260135-W 20070329/070327221031 (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.