Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

Y -- Design and Construct 15,000 SF Soldier Family Assistance Center located at Ft. Campbell, KY

Notice Date
6/12/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, 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-08-R-0055
 
Response Due
8/8/2008
 
Archive Date
10/7/2008
 
Point of Contact
Debra Bruner, 502-315-6208
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This project is being changed from 100% small business set aside to a HUBZone set aside. Design and construct standard design (approximately 15,000 square feet) Soldier Family Assistance Center (SFAC). Primary facilities include SFAC, fire protection and alarm systems, and energy monitoring and control system (EMCS) connections. Supporting facilities include electrical, water, sanitary sewer, and gas utilities: exterior lighting; fencing, paving, walks, curbs and gutters; storm drainage; information systems; road construction; landscaping and site improvements. Anti-terrorism/Force Protection (AT/FP) will be provided by structural reinforcement, special windows and doors, high curbing, and other site measures to secure perimeter and maintain stand-off distances. Access for persons with disabilities will be provided in all areas. Comprehensive interior and furnishings related design services are required. This is a request for proposal that will be evaluated (in descending order of importance) on Design Technical and Performance Capability. There will be subfactors under each factor such as, but not limited to Building Functional and Aesthetics, Site Design, Performance Capability, Specialized Experience, Past Performance, Organization/Technical Approach and Key Personnel Capabilities and Experience. Pro Forma Information such as Proof of Financial Ability and Bonding Capability will also be required. All evaluation factors, other than price, when combined, are considered significantly more important than the price. Proposals received from this solicitation will be evaluated for best value and will not necessarily be awarded to the lowest price. The solicitation will be available on or about 25 June 2008 by web only. The proposal due date is on or about 8 August 2008 at 3:00 p.m. local time. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Amendments will be available from the FBO website by download only. A preproposal meeting is tentatively scheduled for Monday, 7 July 2008, 10:00 a.m. Central Time at the Ft. Campbell office. More details will be available in the solicitation. This project is 100% set aside for HUBZone small businesses. The NAICS code is 236220. The size standard is $31 million. The estimated cost range is between $5,000,000 and $10,000,000. Questions may be directed to debra.c.bruner@usace.army.mil. This announcement serves as the advanced notice for this project.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=479dfe6bdf43b2c8a094376d98d59bf9&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN01592437-W 20080614/080612220559-479dfe6bdf43b2c8a094376d98d59bf9 (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.