Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
SOLICITATION NOTICE

Y -- NARMC, Dental Clinic and Optional Dental Clinic Addition

Notice Date
10/13/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-09-R-0125
 
Response Due
10/29/2009
 
Archive Date
12/28/2009
 
Point of Contact
Sue Peters, 703-806-3773
 
E-Mail Address
US Army Corps of Engineers, Baltimore
(susan.j.peters@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912DR-09-R-0125. This proposed procurement is to be unrestricted. The associated NAICS is 236220, with a size standard of $33,500,000.00. This is a single step procurement which will be advertised as a Request for Proposal (RFP); this is not an RFP. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package issuance on or about 29 October 2009. The estimated cost of construction is between $10,000,000.00 and $35,000,000.00. Completion of work required is no longer than 540 calendar days for the NARMC and Dental Clinic and 420 days for the optional Dental Clinic Addition. This forthcoming requirement will consist of both contractor qualifications, and technical/cost proposals to be evaluated. This anticipated RFP will require separate technical and cost proposals to be submitted in anticipation of a Best Value Source Selection made with Tradeoff Analysis award of the project. Technical criteria evaluation factors will include experience in relevant projects, additional experience on relevant projects which would be equivalent to scope of this project, cost, past performance based on previous contracts similar to this project and providing narrative and schedule (i.e., aggressively start, key activities). This solicitation is for three projects. 1. Construct a new 14,936 SF Dental Clinic. Building Construction includes steel and steel joist framing, concrete, blast-resistant curtain wall glazing, solar shading devices on curtain wall, rooftop equipment screening, terra-cotta rain screen system with insulated metal panel backup, exterior wall metal stud framing, green roofing (option), insulated rooftop water proofing system, roof paver ballast, metal roof coping systems, metal standing seam roofing at wide coping, exterior specialty aluminum and composite metal fabrications, metal and concrete stairs, all finishes, specialty finishes, and interior casework including terrazzo, signage systems, specialties and lockers, interior partitions and doors, mechanical systems with boilers, rooftop mechanical units, hydronic systems, solar hot water heating, site mounted chillers, electrical lighting and power and lightning protection, plumbing and dental plumbing systems, medical gas, high and low-vacuum distribution, amalgam separation equipment, telecommunications systems, access control, signaling systems, fire alarm and fire protection systems. Supporting facilities include utilities, streets, parking, exterior lighting, and information systems. Site improvements include site seating, landscaping with bio-retention areas, equipment screening, security bollards, bicycle parking features. The project includes Government Furnished, Contractor Installed medical equipment. There is no SCIF requirement for this facility. 2. Construct an 8,026 SF Addition to the new BRAC Dental Clinic. The Addition to the Dental Clinic will be an optional bid item. Primary facilities include the dental clinic and building information systems. Supporting facilities include electric service; water, sewer and gas; paving, walks, curbs and gutters; storm drainage, site improvements, and information systems. Building construction includes steel and steel joist framing, concrete, blast-resistant curtainwall and glazing, rooftop equipment screening, entrance canopy (option), exterior specialty aluminum and composite metal fabrications, terra-cotta rain screen system with insulated metal panel backup, exterior wall metal stud framing, green roofing (option), insulated rooftop water proofing system, roof paver ballast, metal and concrete stairs, all finishes, specialty finishes, and interior casework including terrazzo, signage systems, specialties, and interior partitions and doors, mechanical systems, rooftop mechanical units, hydronic site mounted chillers, electrical lighting and power and lightning protection, plumbing and dental plumbing systems, medical gas high and low-vacuum distribution, telecommunications systems, access control, signaling systems, fire alarm and fire protection systems. The project includes Government Furnished, Contractor Installed medical equipment. There is no SCIF requirement for this facility. The Dental Clinic Addition is an addition to the Dental Clinic, resulting in a single facility. 3. Construct a 50,000 SF Medical Command Headquarters Building. Primary facilities include the administrative building, standby generator, and building information systems. Construction will include installation of intrusion detection system (IDS) and connection to Utilities Monitoring & Control System (UMCS). Building Construction includes steel and steel joist framing, concrete, blast-resistant curtainwall and glazing, solar shading devices on curtainwall, framed skylights, rooftop equipment screening, terra-cotta rain screen system with insulated metal panel backup, exterior wall metal stud framing, green roofing (option), insulated rooftop water proofing system, roof paver ballast, exterior specialty aluminum and composite metal fabrications, all finishes, specialty finishes, and interior casework including terrazzo, signage systems, specialties, interior partitions and doors, raised access flooring, low rise traction elevator, mechanical systems with boilers, rooftop mechanical units, hydronic systems, solar hot water heating, site mounted chillers, electrical lighting and power and lightning protection, plumbing systems, telecommunications systems, access control, UPS system, signaling systems, fire alarm and fire protection systems. Supporting facilities includes electric service, water, sewer, gas, paving, walks, curbs, gutters, storm drainage, and information systems. Site improvements include site seating, landscaping with bio-retention areas, equipment screening, security bollards, bicycle parking features. There is no SCIF requirement for this facility. This contract will be solicited by RFP and competitive proposals will be evaluated on the following evaluation factors: Project Management Plan; Schedule; Experience in Relevant Projects; Past Performance on Relevant Projects; Management and Control of Projects; Past Performance on Management and Control of Projects; Price; Bond Surety Letter; and Small Business Subcontracting Plan. Separate technical and cost proposals will be evaluated. The award will be made to the Offeror whose proposal is considered most advantageous to the Government, cost and other factors considered. All responsible sources may submit a proposal which will be considered by the agency. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. You must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Registration information can be found at CCR website (http://www.ccr.gov), or by calling 1-(888)-227-2423. A paper form for registration may be obtained from the DoD Electronic Commerce Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-09-R-0125/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN01984450-W 20091015/091013234628-a87d62a7fa0ad025e458116ec8d792b0 (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.