Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

Y -- Design and Construction of Security Forces Operations Facility at Wright-Patterson Air Force Base, Ohio

Notice Date
3/26/2009
 
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, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-09-R-0038
 
Response Due
5/6/2009
 
Archive Date
7/5/2009
 
Point of Contact
Billy.J.Durrett, (502) 315-6184<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Design and Construct a Security Forces Operations Facility, Wright-Patterson Air Force Base, Ohio, on a site bordered by Communication Boulevard to the south, Skeel Avenue to the west, an existing Base CE building to the north, and Newark Street to the east in Area A of the Wright-Patterson AFB; Dayton, Ohio. The SF Operations Facility will be an approximate 51,891 SF facility to consolidate Security Forces at a centralized location. The project will include the Security Forces Control Center, a Battle Staff Room, a Confinement Facility, a Guard Mount Room, an Armory, a Weapons Cleaning Room, a Weapons Issue/Return Room, Administrative areas, Investigations Department, Training classrooms and library, Quality Control Room, Mobility Supply Department, Alarm Monitoring Room, Interview/Interrogation Rooms, a Firearms Training Simulator Room, a Breathalyzer Room, a video conference room, and warehouse space. Supporting facilities include land clearing, adequate parking space for military and privately owned vehicles, electrical service, water, sewer, gas, fencing, walks, curbs and gutters, storm drainage, anti-terrorism/force protection measures, and extension of utilities to serve the project. In addition, demolition of five (5) buildings is included in the project three in the base contract and two as options. The buildings in the base contract are: Building 298 in Area A and Buildings 66 and 161 in Area C. The buildings in the options for demo are Buildings 168 and 169 in Area C. The estimated cost range is between $10,000,000.00 and $25,000,000.00. This solicitation is set-aside for Small Business. The North American Industry Classification System Code for this project is 236220, standard size is $33.5M. Proposals will be evaluated and awarded utilizing the Best Value Tradeoff Process. Firms must have the NAICS Code of 236220 assigned in CCR (Central Contractor Registration). Site visit information will be provided in the solicitation document. A construction cost limitation will be provided with the technical requirements package. The proposal evaluation criteria consist of the following: Technical Approach, Prime Contractor & Subcontractor Experience, Prime Contractor & Subcontractor Past Performance, Management Plan, Management Schedule, Price & Proforma Information. All evaluation factors, other than cost or price, when combined, are equal to cost or price. Contract duration is 540 days. The solicitation will be issued approximately 06 April 2009, with the proposal due date on or about 06 May 2009. Project documents will be available by download from the Internet only at https://www.fbo.gov. This announcement serves as the advanced notice for this project. Amendments will be available from the fbo.gov website by download only. Point of contact is: B. J. Durrett at (502) 315-6184. Email address is b.j.durrett@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=425c9a60be3a7220cb897237f4a3b2b1&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - WPAFB, Ohio 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01778484-W 20090328/090326215919-425c9a60be3a7220cb897237f4a3b2b1 (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.