Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
DOCUMENT

Y -- Construction of the Command Control/Communication Network Transport (C2/CNT) East Facility, APG, MD - Site Visit Attendance

Notice Date
2/9/2009
 
Notice Type
Site Visit Attendance
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU09B0006
 
Response Due
3/12/2009 11:00:00 AM
 
Archive Date
6/30/2009
 
Point of Contact
Denise M Detitta,, Phone: 215-656-6775, Michelle J Bertoline,, Phone: 2156566914
 
E-Mail Address
Denise.M.DeTitta@usace.army.mil, michelle.j.bertoline@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
THE SITE VISIT LOG HAS BEEN RE-POSTED AND RENAMED AS SITE VISIT REGISTER. THIS WAS DONE TO TRY TO ALLEVIATE DOWNLOADING PROLEMS. This procurement is a sealed bid solicitation for a firm fixed-price contract to construct a new Command Control/Communications Network (C2/CNT East Facility at the Command, Control, Communications, Computers, Intelligence, Surveillance, Reconnaissance (C4ISR) Campus, Aberdeen Proving Ground, MD. The base bid work is comprised of two elements; a primary building of 3 to 4 stories containing offices, electronics and software engineering laboratories and R&D space totaling approximately 485,000 GSF; the SEC High Bay, an adjacent two story building containing additional laboratories and computer facilities totaling approximately 52,000 GSF. The SEC High Bay is connected to the primary building via an enclosed two level bridge (approximately 700 GSF). The building structure is primarily structural steel frame having steel deck with concrete slabs on grade. Roof construction will be insulated metal deck on sloping steel structure. Exterior skin shall be a combination of tilt-up (site cast) concrete wall panels and insulated metal sandwich wall panels. The project also includes new domestic water supply, fire water services, sanitary and storm water distribution, and electrical distribution. This complex shall be constructed to meet USGBS requirements for a LEED Silver ‘Certifiable' project. Construction of this building shall be in compliance with UFC 04-010-01 and 04-010-02 Anti-Terrorism Force Protection regulations dated January 19, 2007. The solicitation may include an Alternate Bid Schedule allowing the contractor to use alternative construction methods or materials with no additional cost to the Government. The solicitation may also include options for the following work: Pre-cast concrete exterior panels in lieu of Tilt-Up concrete exterior panels; Roof mounted galvanized steel catwalk and railing system; Carpet tile in all corridors not included in the base bid. Estimated cost range for this procurement is $100M to $250M. This procurement is unrestricted. The NAICS Code for this project is 236220 and the small business size standard is $33.5 million. The contractor must also comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance are required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. Issue date is on or about January 23, 2009 with bids due on or about March 12, 2009. The solicitation documents will only be available via the FedBizOpps (FBO) homepage located at https://www.fbo.gov/. The solicitation may be downloaded free of charge to all interested parties. The media through which the Government chooses to issue this solicitation is the Internet only. Bidders are responsible for printing paper copies of the solicitation; no paper copies will be issued. No written or faxed requests will be accepted. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this solicitation. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the solicitation number and the name of the particular contract specialist for that project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) database to be considered for award of a federal contract. For information regarding registration, access the CCR website at http:/www.ccr/gov. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a60a73085e51e62fd3d2fe3b6750ffa4&tab=core&_cview=1)
 
Document(s)
Site Visit Attendance
 
File Name: Site Visit Register (re-posted) (SiteVisitRegister.pdf)
Link: https://www.fbo.gov//utils/view?id=cf026685199c79c114ceac61b94c4ddb
Bytes: 2,480.34 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN01747291-W 20090211/090209220919-a60a73085e51e62fd3d2fe3b6750ffa4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.