Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
MODIFICATION

Y -- Flight Control Tower - Fort Belvoir, Virginia - DAVISON FLIGHT CONTROL TOWER - Amendment 3

Notice Date
5/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-R-0074
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
Susan J. Peters, Phone: 703-806-3773
 
E-Mail Address
susan.j.peters@usace.army.mil
(susan.j.peters@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This Presolicitation Notice serves as the advanced notice that the U.S. Army Corps of Engineers (USACE) plans to issue a Request for Proposal for the construction of a Design Bid Build Flight Control Tower. The forthcoming requirement will consist of both contractor qualifications and technical/cost proposals to be submitted in anticipation of a Best Value with Tradeoff award of the project in accordance with FAR Parts 15 and 36. Technical criteria evaluation factors will include factor 1 experience in relevant projects; factor 2 past performance on relevant projects; factor 3 management and control of projects; factor 4 past performance on management and control of projects; factor 5 project approach; factor 5 price; and factor 7 bond surety letter. The proposed procurement is a Competitive 8(a) Small Business Set Aside with NAICS code 236220 with a size standard of $33.5M. The construction of the Flight Control Tower (FCT) will be located at Fort Belvoir, Virginia. The solicitation will be available on or about 23 March 2010. The estimated cost of construction will be between $5,000,000.00 and $10,000,000.00. The contract duration is 365 days. This project is to construct a permanent fire-resistant FCT with radar operations at the appropriate elevation. Construction is to include an Air Traffic Control (ATC) equipment room, ATC tower cab, radar room, electrical and mechanical rooms, training rooms, offices, storage, break room, electrical and mechanical rooms, latrines, elevator, standby generator, fire alarm and protection systems, and building information systems. Install uninterruptible power supply furnished by the Government. Supporting facilities include electric service, water distribution and wastewater collection lines, paving, parking, curbs and gutters, storm water drainage, site improvements, and information systems. Heating and air conditioning is to be provided by self-contained systems and includes a 60% redundancy. Antiterrorism/force protection measures include annealed laminated glass in reinforced frames and reinforced exterior doors. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be included. All responsible sources may submit a proposal which will be considered by the agency. The solicitation will be provided in an electronic format, free to all registered plan holders. The medium through which the Government chooses to issue this solicitation will either be via the Internet or CD to pre-qualified offerors. The solicitation will not be issued in paper. Contractors requests for this solicitation must be submitted through Army Single Face to Industry (ASFI). Contractors may register to be placed on the Bidders/Offerors mailing list using the following website: https://www.fbo.gov. 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 the 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-10-R-0074/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02138509-W 20100505/100503234602-b3d31009b72de7b3907a937e8becce53 (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.