Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

Y -- Design and Construction of SOF Language Sustainment Training Facility, Ft. Campbell, KY

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building 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-0046
 
Response Due
7/23/2010
 
Archive Date
9/21/2010
 
Point of Contact
Crystal May, 502-315-6206
 
E-Mail Address
USACE District, Louisville
(crystal.m.may@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment 0003 is available for download. This is a Design/Build Request for Proposal for a new SOF Language Sustainment Training Facility, located in Ft. Campbell, KY. The project consists of one building and organizational parking: (1) The SOF Language Sustainment Facility is approximately 13,500 SF; (2) The scope of work includes requirements for improvements to the existing Organizational Parking. The SOF Language Sustainment Facility will be located in Christian County, Kentucky. The contractor is responsible for the design of the SOF Language Sustainment Facility, including Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land improvements, paving, fencing, general site improvements, and extension of utilities to serve the project. This solicitation also contains option items for (1) Patio and Outdoor Activity area, (2) Parking Lot Improvement, (3) Impro ved Parking Lot Lighting, (4) Solar Powered Warni ng Light System, (5) Sod in lieu of Seeding, (6) Complete Furniture Package, (7) Audio-Visual Equipment Package, and (8) Complete CCTV System (building security cameras). This solicitation is a Request for Proposal (RFP). THIS PROCUREMENT IS SET ASIDE AS 8 (a) COMPETITIVE. The estimated price range is $5,000,000 to $10,000,000. The proposals will be evaluated using a best value source selection process. The selection process will evaluate such factors as Prime Contractor and Design Contractor Experience, Prime Contractor Past Performance, Design Narrative, Management, and Safety. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are more important than price. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33.5 M. The technical in formation contained in the proposal will be reviewe d, evaluated, and rated by the Government. A construction cost limitation will be provided with the technical requirements package. The Solicitation package will provide a complete Design/Build Request for Proposal prescribing the criteria for the subject facility. The approximate issue date is 14 June 2010. The approximate due date for proposals is 23 July 2010. The Solicitation will be available by download from the Internet only. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FBO website by download only. Prior to submission of proposals all contractors must have an active re gistration in the Central Contractor Registration (CCR) database. To register or update information go to http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0046/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
SN02205313-W 20100716/100714234752-a4fbea05ca8e02a8b45b5c1904bb14c9 (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.