Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

Y -- Design/Build construction of a Technical Rescue Facility

Notice Date
8/3/2009
 
Notice Type
Presolicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-09-R-0006
 
Response Due
8/24/2009
 
Archive Date
10/23/2009
 
Point of Contact
Michael Mastalski, 860-524-4872<br />
 
E-Mail Address
USPFO for Connecticut
(michael.mastalski@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Army National Guard in Connecticut intends to issue a request for proposals to award a single firm fixed price contract for the design and construction of a Technical Rescue training Facility. The Work consists of the following: 1. The Work includes design and construction of new Technical Rescue facility. The facility includes a 19 foot by 44 foot concrete structure named the fun house, steel cutting area, blocking and shoring area, and a heavy lift area. Electrical work required consists of power and outlets at props and site lighting. 2. The Work includes all site/civil, architectural, electrical and structural systems. The project will be constructed under a single design/build prime contract for all work. The anticipated performance period for design and construction is 180 calendar days. The estimated price range is between $250,000 and $500,000. This procurement is being solicited using the two phase design build selection procedures in FAR 36.3. The phase one proposal closing date is 24 August 2009. The source selection process will be conducted in accordance with FAR part 15 and DFARS part 215. Phase one evaluation factors are: 1. The past performance of the offerors team; 2. Basic technical approach; 3. Capability to perform the project. Price is not to be included in the phase one proposal. Following the review, evaluation, and rating of the phase one proposals, the Government intends to select a minimum of two but not more than 5 of the highest rated teams to advance to phase two. The phase two evaluation factors are: 1. Price; 2. Design Concept; 3. Design and Construction Schedule. This project is set-aside exclusively for Service Disabled Veteran Owned small business participation. The solicitation will be issued via the web only. Offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-09-R-0006/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street Hartford CT<br />
Zip Code: 06105-3706<br />
 
Record
SN01897022-W 20090805/090803235540-5b22f3941ce6a8888428e0fc867ef339 (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.