Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

Z -- Defense Media Activity (BRAC 05), Fort George G. Meade, Maryland

Notice Date
9/2/2008
 
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 Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R-0111
 
Response Due
11/20/2008
 
Archive Date
1/19/2009
 
Point of Contact
Donna Leketa, 4109625626<br />
 
Small Business Set-Aside
N/A
 
Description
Project is Design Bid-Build and consists of constructing a 178,086 gross square foot, multi-story headquarters and media production facility to support 663 personnel for the Defense Media Activity (DMA) consolidating to Fort George G. Meade, Maryland in compliance with the 1005 Base Realignment and Closure Act. Major components of the DMA headquarters include an above grade, 3-story media and administrative building; high-bay television studios and associated television production control rooms; audio narration booths, radio production suites, and on-air radio studios; multi-purpose video and graphics editing suites; television set and prop fabrication shop, equipment storage and electronic maintenance areas, high-bay warehouse; approximately 2,000 square feet of SCIF space; full compliance with antiterrorism and force protection measures; and space for major mechanical, electrical and telecommunications equipment. Primary facilities will be sited on 26.1 acres in the center of the installation and will be built with spread footings, structural steel frame, brick veneer on metal studs exterior wall, aluminum curtain wall system and punched windows, single-ply membrane roofing, access flooring, cable management systems, carpet tile, and gypsum board partitions. Electrical systems include fire alarm system, lightning protection, energy management control system, a large emergency generator, IT and AV backbone and an uninterruptible power supply. Mechanical systems include plumbing, a wet fire protection system and HVAC. Site development includes surface parking for 489 vehicles, access roads, pedestrian hardscapes, loading dock, site walls, landscaping, widening/improvement of adjacent street, improvement of turning lanes/street intersection for vehicular ingress/egress, underground utilities, concrete ductbanks, a sanitary sewer lift station, and reforestation requirements. Sustainable principles are to be integrated in the construction of the project to achieve a LEED NC-silver rating. Contract options are anticipated for a satellite antenna farm to be situated on 5.5 acres and located on post one mile south of the main construction site, including a prefabricated communications shelter, underground conduit and gravel paving, and excluding satellite dishes; a vehicle storage facility (6,993 square feet) to house satellite and television production trucks; water storage tanks and associated piping and pumping infrastructure; and uninterruptable power supply. The scope excludes security devices, furniture, demountable partitions and non-water fire protection systems; and exterior parking lot lighting is by others. Contractor will coordinate concurrent furniture fit-up activities by others and will facilitate early customer access to selected areas for equipment fit-up activities. The proposed facility must be ready for occupancy by 1 April 2011. This request for proposal requires separate technical and cost proposals to be evaluated based on Best Value Award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. If you are interested in this procurement, you are strongly encouraged to register on the preceding page by clicking on the block entitled Register as Interested Vendor, in the lower right hand corner of the screen. This will provide a bidders/vendors list for this procurement. Large Businesses must submit a Subcontracting Plan in accordance with Section 00100 of the solicitation package. The Small Business Goals are 65% of the total value of subcontracted work. Of that 65%, 20% shall be with Small Disadvantaged Businesses (SDB), 10% shall be with Women Owned Small Businesses (WOSB), 3% shall be with Historically Underutilized Businesses (HUB Zone), 3% shall be with Veteran Owned Small Businesses (VOSB) and 3% shall be Service Disabled Veteran Owned Small Businesses (SDVOSB). All responsible sources may submit an offer which shall be considered by the agency. THIS INFORMATION DOES NOT PERTAIN TO SMALL BUSINESSES. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. Issuance on or about 17 September 2008, receipt for bids on or about 20 November 2008. Questions concerning this project can be emailed to Mrs. Donna Leketa at Donna.Leketa @usace.army.mil. The solicitation will be provided in an electronic format to all authenticated account holders of Federal Business Opportunities (FBO) System. Please note that all Corps of Engineers acquisitions are considered Sensitive, But Unclassified Documents, and require users to have a valid MPIN entered in the FBO system to access package. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. No phone or fax request for copy of solicitation will be accepted. All offerors are encouraged to visit the Baltimore District's public web site, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM - W912DR - IN THE SEARCH FEATURE) to view other Baltimore District business opportunities.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c8cd24ad032a9031142b506d2496154&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
Zip Code: 21203<br />
 
Record
SN01656912-W 20080904/080902220614-7c8cd24ad032a9031142b506d2496154 (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.