Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
AWARD

Y -- Los Alamitos Army Reserve Center

Notice Date
9/30/2010
 
Notice Type
Award Notice
 
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-0070
 
Response Due
9/7/2010
 
Archive Date
11/9/2010
 
Point of Contact
Stephanie Craig, 502-315-6204
 
E-Mail Address
USACE District, Louisville
(stephanie.m.craig@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912QR-10-C-0098
 
Award Date
9/30/2010
 
Awardee
COX CONSTRUCTION CO. (021599642)<br> 3170 SCOTT ST<br> VISTA, CA 92081-8318
 
Award Amount
$23,395,000.00
 
Line Number
0001
 
Description
Project will provide for construction of the new approximately 400 member Army Reserve Center (ARC) consisting of a Training Center with a Vehicle Maintenance Shop building and an Unheated Storage building in Los Alamitos, California. Address: Adjacent to Liberty Avenue and Gettysburg Avenue directly west of the site of the new California Army National Guard Readiness Center in Orange County at Los Alamitos, California. The buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, mechanical systems, and electrical systems. Supporting facilities will include site preparation, organizational vehicle parking, paving, fencing, and extension of utilities to serve the project. This is a single phase best value procurement. The estimated cost range for this project is $25,000,000.00 to $100,000,000.00. The Construction Cost Limitation (CCL) for this project is $25,896,000. Offerors are under no obligation to approach thi s ceiling. The North American Industry Classification (NAICS) Code is 236220 with a size standard of $33,500,000. The base construction contract duration is approximately 540 days. The solicitation will contain options for the following: Non-Bona Fide Need OMAR and Bona Fide Need OMAR. The proposals will be evaluated using the Trade-Off 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: Safety, Proposal Compliance Review, Technical/Quality Evaluation, Prime Contractor Experience, Past Performance and Pro Forma information. The process also includes a price proposal for consideration by the Government. A small business subcontracting plan is required for large businesses. The current goals for the Louisville District are: 70% to Small Business, 6.2% to Small Disadvantaged Business, 7.0% to Women-Owned Small Business, 9.8% to HUB-Zone Small Business, 3.5% to Veteran-Owned Small Business and 2.0% to Service-Disabled Veteran-Owned Small Business. This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUB-Zone 10% price evaluation preference. The issue date is 11 August 2010 and closing date is 10 September 2010, 11:00 am Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0070/listing.html)
 
Record
SN02303471-W 20101002/100930235938-6b136ecd30b46c98c0770ae181aa63d3 (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.