Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2007 FBO #2058
SOLICITATION NOTICE

Y -- FY07 Construct 195-Child Capacity Child Development Center Ages 6  10 and Upgrade 303-Child Capacity Child Development Center Ages 0  5, Fort Lewis, Washington

Notice Date
10/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-07-R-0004
 
Response Due
11/29/2006
 
Archive Date
7/18/2007
 
Point of Contact
crystal.c.layssard, 2067646713
 
E-Mail Address
US Army Engineer District, Seattle
(crystal.c.layssard@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
For any questions relating to this project, please contact Shannan Lewis at (206) 764-6806 or by email at shannan.m.lewis@usace.army.mil. The Seattle District Corps of Engineers currently has a competitive 8(a) set-aside design/build requirement ent itled Construct 195-Child Capacity Child Development Center Ages 6  10 and Upgrade 303-Child Capacity Child Development Center Ages 0  5 at Fort Lewis, Washington. The following project synopsis is furnished for your information. For the Construct 195-Child Capacity Child Development Center (CDC) Ages 6  10, the scope of work will include all work required to design and construct a 23,000 SF, single story child development center following the guidance developed from the Army Stan dard Design that will be provided in the solicitation documents. Project will include energy monitoring and control systems (EMCS), fire alarm detection and reporting system, automatic building sprinklers, and force protection measures. Supporting facili ties will include utilities, electrical service, security and street lighting, paving, sidewalks, curbs and gutters, pedestrian overpass, storm and sanitary sewers, information systems and site improvements. Antiterrorism/force protection (AT/FP) measures shall be provided by resistance to progressive collapse, special windows and doors and site measures. Access to individuals with disabilities shall be provided in public access areas. Comprehensive building and furnishings related interior design servic es are required. Mechanical heating, ventilation and cooling shall also be provided. For the Upgrade 303-Child Capacity Child Development Center (CDC) Ages 0  5, the scope of work will include all work required to design and construct renovations to an existing 22,000 SF child development center following the guidance that will be provide d in the solicitation documents. Project will include revisions to fire alarm detection and reporting system, provision of mass notification system, replacement of intrusion detection and intercom systems, revision to CCTV System, replacement of main entr y door assembly and modification of reception counter; replacement of suspended acoustical tile ceilings and light fixtures; general upgrading of equipment, wall and floor surfaces, case work, windows, HVAC system and miscellaneous accessories. Exterior w ork will include provision of storm drainage system and pavement substrate for new play areas, new exterior play areas, sidewalks and fencing. Competition for this procurement is limited to eligible 8(a) firms in good standing that are located in Small Business Administration (SBA) Region 10 (Washington, Oregon, Idaho and Alaska) as well as eligible 8(a) firms in good standing that are located ou tside of SBA Region 10 but that have a Bona fide branch office in Region 10. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) participant regularly maintains an office which employs at l east one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. In addition, all 8(a) firms must be currently registered and in good standing as a certifie d 8(a) program participant at the time proposals are due and at the time of contract award. The Construction Cost Limitation (CCL) for this project is $9,450,000 and the completion period is estimated at 540 calendar days for design and construction. The NAICS code for this project is 236220. The solicitation will be a Two-Phase Design/Build Request for Proposals (RFP) conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 36.3 entitled Two-Phase Design-Build Selec tion Procedures. There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach, evidence of ability to obtain bonding) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions to be provided for Phase One of the solicitation. Phase One submittals will be evaluated and the C ontracting Officer will select up to three of the most highly qualified offerors to submit proposals for Phase Two. Phase Two will require the offerors selected in Phase One to submit technical and price proposals, which will be evaluated in accordance wi th FAR Part 15 and section 00120 of the solicitation. One firm-fixed price contract will be awarded as a result of the Phase-Two evaluation to the offeror providing the Best Value to the Government in terms of technical factors and price. Instructions fo r Phase One of the solicitation will be issued in electronic format only on FedTeDS at http://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912DW-07-R-0004 on or about 25 October 2006. NO CD's OR HARD COPIES WILL BE AVAILA BLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. To get automatic notifications of updates to this solicitation, you MUST click the Register to Receive Notifications button in the listing for this solicitation on FedBizOpps and fill in your email address. If you want to list your firm so others can see you are an interested vendor, you must click the Register as Interested Vendor button in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines. For additional Seat tle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 and also see the FedBizOpps postings at http://www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA67/W912DW-07-R-0004/listing.html)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01342824-F 20070716/070714223011 (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.