Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

Y -- SOF HQ FACILITY FORT BRAGG, NC

Notice Date
11/14/2008
 
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, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0006
 
Point of Contact
Jose A. Cruz,, Phone: 912-652-5801
 
E-Mail Address
jose.a.cruz@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Two Phase Design Build, SOF 112 Signal Battalion Headquarters at Fort Bragg, North Carolina FSC: Y119 NAICS: 236220 Size Standard: $33.5 M Technical Questions:Mr. John Flint, (912) 652-5160 Contractual Questions: Mr. Jose A. Cruz, (912) 652-5801 NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. Description of work: This is a design-build SOF MILCON Project for the construction of a 61,500 SF two-story group headquarters building, organizational classroom, language laboratory, Sensitive Compartmented Information Facility (SCIF), arms room, and conference rooms. The project will demolish three (3) buildings. Fire detection and suppression, energy management control, communications, networks, intrusion detection, surveillance, and access control systems will be provided. Force protection measures include building electronic access control, intrusion detection, surveillance, mass notification systems, perimeter barriers, laminated glass, and minimum stand off distances. Supporting facilities include related site-work and utilities (electrical distribution, water, sanitary sewer, and natural gas), lighting, information systems, protected distribution system between buildings for classified communication, POV parking (127 spaces), walks, curbs and gutters, storm drainage, fencing, site accessories, landscaping and other site improvements. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) “Silver.” Access for persons with disabilities will be provided in public areas. Comprehensive interior and furnishings related design services are required. Air conditioning is estimated at 490 kW (140 tons). Options may be included in the contract. This project will be solicited on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 with a hub-zone evaluation preference utilizing a two Phase Design Build Request for Proposals. This proposal 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. Offeror’s are required to submit a technical proposal for phase I. Each proposal shall contain the Offeror’s best technical proposal. Selected Offeror’s to participate on phase II shall submit price proposal and shall contain Offeror’s best price. Price will not be scored, but will be a 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. Offeror’s are reminded to carefully review solicitation documents once issued, to include all evaluation criteria, as criteria as stated in the solicitation shall govern. The estimated magnitude of this project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued in electronic format only. It will be available on or about 2 December 2008 on the Internet at https://www.fedteds.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 Offeror’s responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Jose A. Cruz, Contract Specialist, (912) 652-5801 or via e-mail at jose.a.cruz@usace.army.mil Technical Questions: Mr. John Flint, (912) 652-5160
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0bd295d4dc5e446dd5d25343ec756ba5&tab=core&_cview=1)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN01705453-W 20081116/081114220841-0bd295d4dc5e446dd5d25343ec756ba5 (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.