Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
MODIFICATION

Y -- Ohio Riverfront Cincinnati, Ohio, Walnut Street Fountain & Grand Stairway

Notice Date
3/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-R-0009
 
Response Due
4/15/2010
 
Archive Date
6/14/2010
 
Point of Contact
Crystal May, 502-315-6206
 
E-Mail Address
USACE District, Louisville
(crystal.m.may@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The due date is 11:00AM EST on 15 April 2010. The Ohio Riverfront Cincinnati, Ohio, Walnut Street Fountain & Grand Stairway project is located in Hamilton County, Ohio. The work for the first phase will take place at a two level public open space near the Ohio River in downtown Cincinnati, Ohio. It is immediately adjacent to the historic Roebling Bridge abutment and its recently added approach. To the north, east, and south, independent projects are being constructed in association with the Banks development including roadway improvements, multiuse development buildings with subsurface parking garages, and a realigned/reconstructed roadway. The construction work will require a significant amount of coordination amongst neighboring building project teams and City agencies. Specifically, an existing asphalt/concrete parking lot will be replaced; existing lagging and pile walls and an intricate web of existing underground utilities as well as a network of abandoned piles will be worked into upper and lower level park spaces. The two park spa ces will be connected by way of stairways and an elevator. A grid of auger cast piles has already been constructed. The piles will support a park building housing a fountain equipment room; an area of which is dedicated to public restrooms and other future uses. The building's MEP system includes a geothermal well field and other specialized equipment. Above the building's insulated and waterproofed roof sits the upper level plaza and includes a customized elevator with glass doors, a computer programmable interactive water feature, a custom fabricated steel pergola with structural glass paving and three structural glass paved balconies sporting a computer programmable water curtain cascading into a basin below, site furnishings/lighting, and tree planting areas utilizing an engineered structural soil matrix. Granite pavers cover the remaining area. A stairway descends 18 feet and is centered between water cascades both to the east and the west, each including programmable features. The lower level park plaza includes 10' to 40' wide stairways and a 60' long sloped walk connecting the park to the neighboring public roadway. A loggia directly below the pergola provides protected access to the fountain equipment building and public restrooms. Ten foot to 50' long x 1' wide water basins include computer programmable features. Solid and clad stone walls, site furnishings/lighting, an irrigated tree planting area, and granite pavers as well as concrete paving are also included in the construction. This is an UNRESTRICTED procurement. The proposals will be evaluated based on Lowest Price/Technically Acceptable (LPTA) Source Selection Process. This process requires potential Offerors to submit their performance and capability information to be reviewed, evaluated, and rated by the Government. Proposals will be evaluated by the government in accordance with the following criteria: Prime Contractor Past Experience and Prime Contractor Past Performance, Subcontractor Contractor Past Experience and Subcontractor Contractor Past Performance, Price, and Pro Forma information. The estimated cost range for this project is $10,000,000 to $25,000,000. The North American Industry Classification (NAICS) Code is 237990, with a size standard of $33.5M. The base construction contract duration is approximately 500 days. The approximate issue date is 26 February 2010 and approximate closing date is 29 March 2010 at 11:00 AM Eastern Time. Downloading of the project documents requires registration at the FedBizOps (FBO) website at http://www.fbo.gov. This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUBZone 10% price evaluation preference. This announcement serves as the advanced notice for this project. Amendments will be available from the FedBizOps website by download only. Prior to submission of proposals all contractors must have an act ive registration in the Central Contractors Registration (CCR) data base. To register or update information go to http://www.ccr.gov. Questions may be addressed to crystal.m.may@usace.army.mil. This announcement serves as the advanced notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0009/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02100246-W 20100325/100323235835-d222d1cfcb8d60e3716d1a321a4f11fe (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.