Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

Y -- One-Phase Design Build Construction Services for Utility Infrastructure Support Facilities at Fort Benning Georgia

Notice Date
8/28/2008
 
Notice Type
Cancellation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912GY-08-R-0074
 
Point of Contact
Pam Nondorf,, Phone: 912-652-5981, Russette F Hazelwood,, Phone: 912-652-5619
 
E-Mail Address
pam.nondorf@us.army.mil, russette.f.hazelwood@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
This project is being solicited as an 8(a) Competitive Set-Aside under NAICS 236220. It has been determined that competition will be geographically restricted to eligible 8(a) construction firms having a bona fide office located in Region IV, including GA, AL, FL, MS, NC, SC, KY, and TN ONLY. NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register at www.fbo.gov. Contractors may view and/or download the solicitation and all amendments from the internet after solicitation issuance. Description of work: Project involves design and construction of five new projects and demolition/abatement of three existing buildings. New projects consist of a transportation motor pool expansion w/small admin building (3,800 SF), new recycling center (12,000 SF), new fire station (11,045 SF), new DODESS maintenance facility (4,032 SF), and new dog kennel (4,000 SF). Demolition consists of abatement and demolition of building numbers 4025 (4,012 SF), 4000 (12,000 SF) and 4001 (1000 SF). Supporting work includes extension of all required utilities to new facilities; access drives and parking; access for individuals with disabilities; water; sewer; natural gas services; fire protection and alarm systems; lighting; storm drainage; curb and gutter; clearing and grubbing; erosion control; sidewalks; fencing; site work; grassing; landscaping and signage. Antiterrorism/force protection measures will include fencing, security lighting and traffic control barriers. An energy monitoring and control system (EMCS) and fire/smoke detection/enunciation systems and suppression will be connected to the installation’s central system. Comprehensive building and furnishing interior design services are required. Options may be included in the contract. This procurement will be procured using a best value Performance Price Trade-Off Request for Proposals (RFP), in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The resultant contract will be Firm Fixed Price. Offerors are required to submit a price and technical proposal. Each proposal shall contain the Offeror’s best technical proposal and best price. Price will not be scored, but will be 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 TECHNICAL 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. Joint Ventures are allowable on 8(a) competitive and sole source set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations and guidelines. Any corrections and/or changes can be made only when your BDS has adequate time for a thorough review before the proposal due date. No corrections and/or changes are allowed after time of submission of proposal or bids. The estimated magnitude of this Project is between $5,000,000.00 and $10,000,000.00. This solicitation will be issued in electronic format only and will be available on or about 12 September 2008 on the Internet at www.fbo.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 as necessary for any posted changes to this solicitation and all amendments. For additional information, please contact Pam Nondorf, Contract Specialist, at 912-652-5981 or pam.nondorf@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6a865fa2af5d056f477f2cfeb272cc1e&tab=core&_cview=1)
 
Place of Performance
Address: Fort Benning, Georgia, United States
 
Record
SN01654183-W 20080830/080828222255-3df7cf4ecf3a346d20ed645c23ec3f4b (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.