Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
MODIFICATION

Y -- FY 10 SOF North Operations Addition (PN 66315) Ft. Bragg, NC

Notice Date
3/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-10-R-0011
 
Response Due
4/12/2010
 
Archive Date
6/11/2010
 
Point of Contact
Scott T. Freas, Phone: 9126525180
 
E-Mail Address
scott.t.freas@usace.army.mil
(scott.t.freas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction type contract. This acquisition is being solicited as unrestricted. The government is using the Performance Price Trade-Off Process. The magnitude is between $20M and $28M. The resultant contract will be firm-fixed price. This will be a single phase, Design-Bid-Build solicitation. The contract may include options. Description of work: SOF North Operational Addition, Ft. Bragg, NC. The project includes construction of two new 2-story rigid steel frame, block and brick 11,294 SM (121,420 Sq ft) facility additions for a high priority operational mission section and renovation of 6,953 SM (74,750 Sq ft) of existing space in accordance with the Unit Master Plan. Included in the project are site improvements, utilities, generator and switchgear, mechanical and architectural features, force protection, IDS system, fire detection/protection systems, communications, public address system, audio visual, arms vaults in accordance with AR 190-11, classrooms, conference room, latrines, showers, team rooms, offices, vehicle bay, storage, parking and erosion control measures. Heating and air conditioning for the project will be determined by analysis conducted by architect/engineer during the design phase. For planning purposes, the heating and cooling system is assumed to be provided by hot and chilled water lines from oil fired boilers and central chillers with cooling towers. This project will require addition uninterrupted power and housing, tie-in to existing oil-fired boiler and chiller and improvement of existing transformers/switchgear. The unit completed an extensive Facility Master Planning effort in June2007 to address documented aggregate facility space deficit of 280,000 SF. This project will provide 60,710 SF of deficit space as required as a result of a personnel plus-up that occurred after the Master Plan was completed. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, in order to download RFP documents contractors and their subcontractors must register at www.fbo.gov. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The non-cost evaluation factors and their importance are listed below: FACTOR 1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is more important than Factor 2. FACTOR 2: PAST PERFORMANCE: This factor is less important than Factor 1. Award will be made to an Offeror whose technical submittal and price proposal for the contract contains the combination of those criteria requested offering the best value to the Government. 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. This solicitation will be issued in electronic format only, and will be available on or about March 26th, 2010. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-R-0011/listing.html)
 
Place of Performance
Address: USACE District, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN02091535-W 20100314/100313000144-716019dafcb06a25e30a34566390a41a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.