Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

Y -- Design and Construct a High Bay, Steel Framed Building for Three Flight Simulators at Ft. Dix, New Jersey - Solicitation 1

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0050
 
Response Due
9/17/2010 2:00:00 PM
 
Archive Date
11/13/2010
 
Point of Contact
Michelle L. Johnson, Phone: 2156566774
 
E-Mail Address
Michelle.L.Johnson@usace.army.mil
(Michelle.L.Johnson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFI EXAMPLE FORM Drawings Specifications, Vol 2 Specifications, Vol 1 The contract work includes design and construction of a high bay, steel framed building for three (3) Flight Simulators at Fort Dix NJ. The project will include reinforced concrete foundation, concrete masonry unit walls, steel frame support, sloped standing seam metal roof. Construction will provide space for three (3) simulator rooms, heating/ventilation and air systems, fire protection and alarms, pre-wiring for communications, LAN/CATV, utilities, briefing/debriefing rooms, night lab, multiple classrooms, and computer systems including electrical/mechanical utilities, administrative spaces, 5-ton bridge crane, landscaping and site improvements. Expandable & sustainable design principles and EPACT 2005 compliance will be integrated into the design, development, and construction of the project. Building will comply with the Joint Base exterior standards. There will be the following two (2) options: 1) Furniture and 2) Enhanced Commissioning. The period of performance, which includes the options, is 545 calendar days. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors are: Factor 1 Experience and Baseline Schedule, Factor 2 Key Personnel, Factor 3 Past Performance, and Factor 4Price. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 and the small business size standard is $33.5 million. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. Issue date for the Request for Proposals is on or about August 13, 2010 with proposals due by 2:00 pm, local time, on or about September 14, 2010. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractors responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $100,000.00 is required by legislation to comply with VETS-100 annual reporting prior to award. Reporting information may be obtained by calling 301-306-6752 or by accessing the internet website at http://vets100.vets.dol.gov. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance is a required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This procurement is advertised as 100% Small Business Set-Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0050/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02245311-W 20100820/100818235436-943c4b5d8133295004ef0f02ebad2ffc (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.