Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

Y -- Project Title: FY08 UMMCA PN:000441, Radiographic Test Facility, (RTF), to be constructed at the White Sands Missile Range in New Mexico

Notice Date
7/18/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, 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-0228
 
Response Due
9/5/2008
 
Archive Date
11/4/2008
 
Point of Contact
Richard Feller, 817-886-1056
 
Small Business Set-Aside
N/A
 
Description
Project Title: FY08 UMMCA PN:000441, Radiographic Test Facility, (RTF), to be constructed at the White Sands Missile Range in New Mexico. The United States Army Corps of Engineers Primary Point of Contact for this solicitation is Mr. David M. Deleranko, (817) 886 -1087; or e-mail: David.M.Deleranko@usace.army.mil. This project will include the construction of a 3,574 Square Foot Radiographic Test Facility, (RTF), for the testing of up to 11,000 pounds TNT equivalent plus warhead. The building is classified as an Extra Hazard, Group 2 occupancy. The RTF includes an x-ray exposure cell, (cast-in-place vault), an X-ray control/evaluation room, equipment room, dark room and one latrine. The X-Ray vault will be designed to maintain exposures As Low As Reasonably Achievable, in accordance with AR11-9 Army Radiation Safety Program. The design must pass review by the DOD Explosives Safety Board, (DDESB). The building will include a concrete foundation and slab on grade, steel structure, metal roof assembly, interior finishes, HVAC (heat pump system), electrical, telecommunications, plumbing, fire protection (alarm and sprinkler system), mass notification, septic tank and leach field, and parking.. Anti-terrorism/force protection (ATFP) measures will be included in the project. LEED Silver goals are required. The NAICS Code is 236220. Small Business Size Standard is $31.0 Million. The SIC is 1542 and the Product Service Code is Y142. The current estimated magnitude of construction is $1,000,000 to $2,000,000. A Firm-Fixed Price UNRESTRICTED contract is anticipated to be awarded utilizing a Best Value evaluation criteria. The Unrestricted solicitation number is: W9126G-08-R-0228 and will be issued on or about 4 August 2008, with proposals due on or about 5 September 2008, (unless otherwise stated in the solicitation). Anticipated award date is 30 September 2008. Any resulting contract will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. There will be no public bid opening. It is anticipated that when combined, the evaluation factors will be approximately equal to cost or price. A HUB zone price evaluation preference will be applied to all qualified HUB zone small business concerns, provided that the HUB zone concern has not waived their evaluation preference and their price proposal is not more than 10% above the lowest large business concerns price. Plans and specifications will not be made available in either paper format or compact disk. The subject solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity website at https://www.fbo.gov. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The current Fort Worth District Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70.0%; Small Disadvantaged Business 6.2%; Women-Owned Small Business 7.0%; HUBZone Small Business 9.8%, Veteran-Owned Small Business 3.0%, and Service-Disabled Veteran-Owned Small Business 0.9%. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is: http://ccr.dlsc.dla.mil/ccr/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df9eec03396ecbcfdce3e670550715c6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01617503-W 20080720/080718220602-df9eec03396ecbcfdce3e670550715c6 (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.