Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

Y -- 75th Ranger RIP/ROP Training Barracks Upgrade Project, Fort Benning, GA - 09-R-0023

Notice Date
2/27/2009
 
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 Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0023
 
Response Due
2/19/2010
 
Archive Date
4/20/2010
 
Point of Contact
David L White, Phone: 9126525705, Lynne E Roahrig,, Phone: 912 652-5293
 
E-Mail Address
david.l.white@usace.army.mil, lynne.e.roahrig@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at www.fedbizops.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOps site. 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. Technical inquires are to be submitted via Bidder Inquiry in ProjNet at www.projnet.orgprojnet. For additional information or assistance, please contact David White, Contract Specialist, at (912) 652-5705 or via email at david.l.white@usace.army.mil. This project involves providing various repairs and renovations to Bldgs. 2832, 2833 and 2384, Fort Benning, GA including modernizing the exterior faade, replacing roofs with Standing Seam Metal Roof, replacing windows, upgrading all buildings to current AT/FP guidelines, reconfiguring the interior layout design to a 2 + 2 or open bay soldier layout plan, reconfiguration of Hammerhead areas to administrative, classroom, day room and storage space, correcting life-safety issues, demolition and replacement of all floors, ceilings and tile surfaces, demolition and reconstruction of all latrines and bathrooms, treatment and removal of all mold and mildew, replacement of all doors, locking systems and door hardware, removal of all asbestos and lead paint, upgrading the ventilation system, upgrading all fire alarms, installation of new fire sprinkler system, replacement of the entire electrical system including all wiring and panels, boxes, lighting, switches, receptacles and plates, replacement of all HVAC systems, replacement of all plumbing to correct flow problems, installation of a security and camera surveillance system, replacement of all building communication lines, reconfiguration and replacement of all stairwells, reconfiguration and/or add of storage space, addition of parking access with associate site-work including sidewalks and landscaping surrounding areas. The magnitude for this project is between $25,000,000 and $100,000,000. Options may be included in this contract. The Government anticipates Phase One documents to be issued on or about 19 Feb 2009. Up to five Offerors may be invited to participate in Phase Two. The following are the evaluation factors: Phase One FACTOR 1-1 Corporate Relevant Specialized Experience: FACTOR 1-2 Past Performance; FACTOR 1-3 Technical Approach Narrative. Phase Two FACTOR 2-1 Design Technical; FACTOR 2-2 Proposed Contract Duration and Summary Schedule; FACTOR 2-3 Small and Small Disadvantaged Business Utilization. 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 Proposal in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4ace7826beb4b92f4c9950a30fc3c87e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA<br />
Zip Code: 31402-0889<br />
 
Record
SN01759152-W 20090301/090227221026-4ace7826beb4b92f4c9950a30fc3c87e (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.