Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOLICITATION NOTICE

Y -- Design & Construction of the new 400 member Danbury (Newtown) Armed Forces Reserve Center (AFRC)

Notice Date
5/10/2011
 
Notice Type
Presolicitation
 
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-11-R-0040
 
Response Due
7/12/2011
 
Archive Date
9/10/2011
 
Point of Contact
Michael Hutchens, 502-315-6180
 
E-Mail Address
USACE District, Louisville
(michael.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Design & Construction of the new 400 member Danbury (Newtown) Armed Forces Reserve Center (AFRC) consisting of an approximately 95,534 SF Training Center, approximately 18,115 SF Vehicle Maintenance Shop, approximately 2,300 SF of Unheated Storage, and approximately 16,298 SY of Military Equipment Parking located in Danbury, Fairfield County, Connecticut. The buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, mechanical systems, electrical systems, and security systems. Supporting facilities will include site preparation, paving, fencing, parking space for privately-owned vehicles, and extension of utilities and necessary permits to serve the project. Access for the disabled will be provided. Force protection (physical security) measures are incorporated into the design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. The project will contain the following options: 1) OMAR Funded Equipment Items; 2) Bona-Fide need - OMAR-Funded Items; 3) Privately Owned Vehicle (POV) Parking Area Lighting; 4) Privately Owned Vehicle (POV) Parking and Military Equipment Parking (MEP) Area Photovoltaic Lighting; 5) Bi-Level Loading Ramp and Associated Paving; 6) Military Equipment Parking (MEP) Concrete Paving; and 7) LEED Gold. Furniture is NOT included in this contract. This solicitation is a Request for Proposal (RFP). A Pre-proposal Conference and site visit will be held. Meeting details will be provided in the solicitation. The technical information contained in the submitted proposal will be reviewed, evaluated, and rated by the Government. This solicitation will be awarded using the Tradeoff (Best Value) approach. The proposal for this procurement consists of the following: Experience (Prime & Designer); Past Performance (Prime, Designer, & Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses); Safety Information; Technical Proposal Information (Renderings, Design Drawings, Design Narrative); Management Plan; Project Labor Agreement Information (if submitted); Subcontracting Plan; Price; and Pro Forma Information. NOTE: Offerors are invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE, the awardee shall be required to execute a Project Labor Agreement (PLA) with one or more appropriate labor organizations for the term of the resulting contract. All evaluation factors, other than cost or price, when combined, are equal to cost or price. NAICS code is 236220. Size Limitation is $33.5M. The estimated price range is between $25M and $100M. This is an UNRESTRICTED competitive procurement. Contract duration for design and construction is 660 days. Approximate issue date is 25 May 2011 and approximate due date for proposals is 12 July 2011 at 1:00 p.m. Louisville Time (EST). Project documents will be web only. The solicitation will be available by download from the Internet only. Downloads are available only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. This announcement serves as the Advance Notice for this project. Amendments will be available from the FedBizOps website by download only. General questions may be addressed to Michael.D.Hutchens@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0040/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
SN02444659-W 20110512/110510235136-640e0dc922ea1699373eb816caf11d75 (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.