Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

Z -- Adjudication Activities Co-Location (BRAC 05)Fort George G. Meade, Maryland

Notice Date
9/24/2008
 
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 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-0112
 
Response Due
11/7/2008
 
Archive Date
1/6/2010
 
Point of Contact
Donna Leketa,
 
E-Mail Address
Donna.Leketa@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Project is Design Bid-Build and consists of constructing a 151,590 gross square foot, 3 story administrative facility for 767 personnel to support co-location of military department adjudication activities on Fort George G. Meade, Maryland in compliance with the 1005 Base Realignment and Closure Act. Facility will be sited on 15.3 acres and will consist of office space, administrative support space, special compartmented Information Facility (SCIF), classified storage space, executive briefing rooms, information processing and analysis center, classrooms, and a mail room. Facilities will be built on spread footings, structural steel frame, brick veneer on metal studs exterior wall, aluminum curtain wall system and punched windows, standing seam metal roofing, access flooring and cable management systems. Electrical systems include fire alarm system, lightening protection, energy management control system, intrusion detection system infrastructure, information systems, and uninterruptible power supply. Mechanical systems include plumbing, fire protection systems, HVAC and a standby generator. Antiterrorism/Force Protection (AT/FP) measures include resistance to progressive collapse and site measures, Supporting facilities include site and building utility connections for potable water, sanitary sewer, electrical, and telecommunications, Site improvements include exterior site and building lighting, roadway access, approximately 550 paved parking spaces, sidewalks, earthwork, grading stormwater management, and landscaping. Sustainable principles are to be integrated in the construction of the project to achieve a LEED NC-Silver rating. Contract options are anticipated for purchase/installation of high-density storage system; installation of Government-furnished demountable partitions; and installation of additional communication duct support facilities. 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 required performance period is 730 calendar days after receiving notice to proceed.The proposed facility must be ready for occupancy by 5 February 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 7 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=bad21e4fd487adef95a345ff929ae15a&tab=core&_cview=1)
 
Place of Performance
Address: Fort Meade Complex, Fort Meade, Maryland, United States
 
Record
SN01680769-W 20080926/080924223304-bad21e4fd487adef95a345ff929ae15a (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.