Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

Y -- On or about 12 October 2009, this office will issue a Request for Proposal for design and construction of the Add/Alter Missile Service Complex, PN: GHLN 053010 at FE Warren AFB, Wyoming.

Notice Date
9/22/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-R-0098
 
Response Due
11/24/2009
 
Archive Date
1/23/2010
 
Point of Contact
Cheryl Bunting, 402-995-2078
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(cheryl.a.bunting@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation will close on or about 24 November 2009. A site visit will be held on 27 October 2009. Contractors interested in inspection of the site should contact U.S. Army Corps of Engineers F.E. Warren Project Office, Mr. Jeff Kaiser (307) 773-3006. Please provide your name and company information to establish a site visit roster. The project office will provide additional information on accessing the base and a place of assembly. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. _______________________________________________________________________________ Project Description (Approx. quantities) Project will consist of designing and constructing the new Add/Alter Missile Service Complex (MSC) addition (approx. 15,000 SF) and a new Proof Load Test Pit (PLTP) Facility (approx. 535 SF) located on a different site. Add/Alter MSC The MSC addition is an office facility with related offices, classrooms, entry and lobby and waiting areas, restrooms, kitchen, and a Class A Vault area containing 8-inch concrete reinforced walls, ceilings and floors. The new MSC addition will require some minor demolition of the north face of existing Bldg 1235. Exterior/interior footings and walls are supported by continuous spread footings and pads. The superstructure framing system for the MSC addition consists of wide flange and tube steel columns, wide flange beams, and tube steel bracing. Moment frames consist of wide flange columns and beams. The roof system is composed SSMR, metal deck spanning open web metal bar joists and wide flange beams. The building shell consists of a non-load bearing composite wall system composed of metal studs, metal panels and split-face CMU with doors and some south end windows. Interior walls and partitions consist of steel stud framing and gypsum board with finishes of paint, vinyl wall covering, resilient vinyl wall and rubber base, carpet and tile (porcelain, VCT). The MSC will require mechanical, plumbing, electrical, fire protection, EMCS and communications systems. Site work for the MSC addition facilities will consist of paving, parking, grading, drainage, and landscaping and fencing. Site utilities will involve new waterlines, sanitary, gas and UGE. The project will require USGBC LEED certification Silver and Anti-Terrorism-Force Protection requirements per Unified Facilities Criteria. PLTP Facility The PLTP facility is a small industrial type facility containing hydraulic equipment and testing instrumentation. The new control building for the PLTP will have a control/support room, restrooms and storage. Construction will consist of foundation walls and spread footings with reinforced concrete slab-on-grade, load bearing-reinforced concrete block masonry, brick veneer, steel ridge beam supports w/light weight steel beam joists, metal deck and SSMR. Minimal finish work is required on the interior of the facility (concrete floor, interior masonry walls, window and door on the south side. The PLTP will require mechanical, plumbing, electrical, EMCS and communications systems. Site work for the PLTP facility will consist of paving, parking, grading, drainage and fencing. Site utilities will involve new waterlines, sanitary, gas and UGE. The new PLTP includes the construction of a 35 foot deep, approximately 15-foot diameter, semicircular, underground concrete silo and foundation to house hydraulic load testing apparatus. Construction of the new silo will be based on As-Built drawings provided in the RFP documents. Anti-Terrorism/Force Protection requirements per Unified Facilities Criteria will be required. RFP Evaluation Criteria (This is a Design-Build Project) Firms participating in the RFP will submit technical requirements in accordance with Section 00 22 00: PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Design and Construction Experience, Design and Construction Past Performance, Key Design and Construction Personnel, Project Management Plan, Utilization of Small Business). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value will be determined after reviewing the technical factors and price. The estimated design and construction cost of this project is between $7,500,000 and $10,000,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the design, design reviews and construction work 540 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Registering is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitations is as follows: 1.Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 2.If you are a first time user, you will have to register** (see info included below); Otherwise, enter username and password. 3.Click on Opportunities hyperlink at top of the fbo.gov. 4.Enter solicitation number of project in Keywords/SOL # box and click on Go button. 5.Click on link to solicitation or amendment. 6.If you want other vendors, sub-contractors or contractors to contact you, click on Add me to Interested Vendors link. 7.Click on Packages link. 8.To access solicitation documents, Central Contractor Registration Marketing Partnering Identification Number (MPIN) and solicitation number are required. Click on Go button. Follow the on-screen requirements to access and download the solicitation documents or amendments. **Registration: The information listed below is required to register. 1.Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2.DUNS Number or CAGE code 3.Telephone Number 4.E-Mail address Obtaining Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders List and Receiving Notifications or e-mail of changes to a solicitation, Federal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and submit. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Questions regarding the ordering of the same should be made to: 402 995 2078. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of Request for Proposal documents should be made to the Project Manager at: 402 995-2775. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 1616 Capitol Avenue Omaha, NE 68102 4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-09-R-0098/listing.html)
 
Record
SN01965629-W 20090924/090923002047-1540f7ef1f9b10c6ad9acbb270e88376 (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.