Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOLICITATION NOTICE

Y -- One Phase Design Build, Armed Forces Chaplaincy Center at Fort Jackson, South Carolina.

Notice Date
12/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-R-0016
 
Response Due
12/27/2007
 
Archive Date
2/25/2008
 
Point of Contact
Jose Cruz, 912-652-5801
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(jose.a.cruz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. Contractors may view and/or download this solicitation and all amendments from the Int ernet after solicitation issuance. Description of work: One Phase Design Build solicitation that will include design, site preparation, and construction of Armed Forces Chaplaincy Center at Fort Jackson, SC. Primary facilities for the Navy Train ing School will include administrative space, classrooms, sailorization lab, learning resource center, conference rooms, support space, lobby, restrooms, mechanical and electrical rooms, janitor closet, communications room, server room, and storage. The lo bby, hallways, and open spaces should be sized to include placement of historical artifacts to include 5 stained glass windows. Primary facilities for the Air Force Training School will include administrative space, Distinguished Visitors (DV) receiving sp ace, classrooms, contractor space, Temporary Duty (TDY) support space, media production office and lab, support space, conference room, audio/visual control rooms, seminar rooms, tech training classroom, supply room, student issued lap top computer storage and workroom, restrooms, mechanical and electrical rooms, janitor closet, communications room, and server room. The DV receiving space, hallways, and open spaces should be sized to include placement of historical artifacts to include 13 stained glass wind ows. Primary facilities for the Inter-Service Training area will include seminar rooms, applied learning labs, student and faculty lounges, library, auditorium, sacristy, restrooms, mechanical and electrical rooms, janitor closet, communications room, and server room. Provide connection to the installation wide energy monitoring and control system (EMCS), fire alarm system, and mass notification system; interior communications; and building information systems. Supporting facilities include utilities (elect ric, water, and sanitary sewer); parking; parking lot lighting; walks, curbs and gutters; service drive; storm drainage; erosion control; information systems; site improvements and landscaping; and exterior communications and building information systems. Accommodations for accessibility and usability by individuals with disabilities will be provided. Anti Terrorism measures include providing the appropriate standoff distances from adjacent buildings, roadways and parking areas; electronic key card access; mass notification systems; laminated window glazing; swing arm gates at service drive; elevated air intake locations; concrete planters and/or vegetative protective means consisting of large trees. Options may be included in the contract. < BR>This project will be solicited on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 with a hub-zone evaluation preference utilizing a One Phase Design Build Request for Proposals. This proposal will be procured u sing a best value Performance Price Trade  off Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. Offerors are required to submit a price and technical proposal. Each proposal shall contain the offerors best technical proposal and best price. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if held) and in making the final best value determination for award. PRICE is equal in importance to ALL TE CHNICAL FACTORS when combined. Offerors are reminded to carefully review solicitation documents once issued, to include all evaluation criteria, as criteria as stated in the solicitation shall govern. The estimated magnitude of this project is b etween $10,000,000.00 and $25,000,000.00. This solicitation will be issued in electronic format only. It will be available on or about 26 December 2007 on the Internet at https://www.fedteds.gov. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the Internet address provided a s necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Jose A. Cruz, Contract Specialist, 912-652-5108 or via e-mail at jose.a.cruz@usace.army.mil Technical Questions: Mr. Efr ain Rosario, 912-652-6120
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01468711-W 20071214/071212224803 (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.