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 -- RED RIVER ARMY DEPOT MANUEVER SYSTEMS SUSTAINMENT CENTER, PHASE 2; RED RIVER ARMY DEPOT, TEXARKANA, TX

Notice Date
12/12/2007
 
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-08-R-0124
 
Response Due
2/12/2008
 
Archive Date
4/12/2008
 
Point of Contact
Richard Feller, 817-886-1056
 
E-Mail Address
US Army Engineer District, Fort Worth
(richard.feller@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Services to be performed under the firm fixed price contract will consist of constructing a tactical wheeled vehicle repair paint & prep facility, a surface preparation & cleaning facility, and overhead canopy. The project includes but i s not necessarily limited to: Paint & Prep Facility of approximately 45,000 SF of workspace bays, painting booths, drying processes, offices, restrooms, storage areas, HVAC systems, and fire detection and protection; Surface Preparation & Cleaning Facility of approximately 13,363 SF. Supporting facilities will include all utilities for water, sewer, gas, electric service, industrial waster, paving, walks, curbs and gutters, storm water management, loading areas, exterior and security lighting; storm drainag e, information systems, lightening protection, mass notification system, and site improvements. Access for individuals with disabilities will be provided. DoD Anti-terrorism/Force Protection measures will be included. Special foundations may be required d ue to expansive soils. Demolition of up to nine (9) buildings may be required that includes HAZMAT abatement and disposal. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is approximately 540 calendar days. No rth American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have th e capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought notice. The contractor is 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. Prospective construction firms must be capable of: pr oviding all resources for successful construction per contract documents; planning and development of construction documents and work phasing if required; CADD (as-builts, changes, etc.); professional services, geotechnical investigations, environmental in vestigations, abatement and sampling, construction documentation, cost estimates, value engineering, shop drawings, and construction administration. Additional services may include but are not limited to: topographic and boundary surveys to include data c ollection and verification, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as pet roleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety s ystems, and other technical requirements as may be designed or required. Any work that requires design changes or environmental compliance must be performed by or under the direct supervision of licensed professional Architect or Engineer. 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 subcontracting 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 B usiness, 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 s olicitation. 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/or download this solicitatio n and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0124. Because of the size of our solicitations, you should not attempt to view them online. Rath er download them to your local hard drive and then open them. 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 9 January 2008, and the estimated proposal due date will be on or about 12 February 2008. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA63/W9126G-08-R-0124/listing.html)
 
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
SN01469033-F 20071214/071212230144 (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.