Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

Y -- Design, Construction, and Leasing of a new Modular Temporary Facility for the Air Force Reserve Command at Robins AFB, GA

Notice Date
7/12/2011
 
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-11-R-0062
 
Response Due
8/23/2011
 
Archive Date
10/22/2011
 
Point of Contact
Michael Hutchens, 502-315-6180
 
E-Mail Address
USACE District, Louisville
(michael.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Project includes the design, construction, and leasing of a new Modular Temporary Administration facility for the Air Force Reserve Command at Robins AFB, GA. The facility includes a two story modular building having an approximate total gross floor area of 92,255 square-feet. Supporting facilities include: approximately 400 privately owned vehicle (POV) parking, paving, general site improvements, and extension of utilities to serve the project. The objective of this solicitation is to obtain a single, durable, functional building complete and adequate for assignment as a temporary modular administration space and include heating ventilation and air conditioning (HVAC), plumbing, electrical system and communication system, mechanical system, and security system. The performance period for design and construction is 180 days. The lease of the facility will be for a base period of one year and four one year option periods to be exercised at the government's discretion. All offerors are invited to attend a Pre-proposal conference tentatively scheduled for 4 August 2011. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. This solicitation is an 8(a) competitive Set-aside restricted to Region IV, includes firms with a bona fide office in Georgia, Alabama, South Carolina, Florida, Mississippi, Kentucky, North Carolina, and Tennessee only. The basis for award will be Best Value. All evaluation factors, other than cost or price, when combined, are equal to cost or price. The proposal process for this single-phase procurement consists of the following: Experience (Prime & Designer), Management Plan and Design Narrative, Safety Information, Price, and Pro Forma Information. Approximate issue date is 21 July 2011 and approximate due date for proposals is 23 August 2011 at 1:00PM Louisville Time (EST). The solicitation will be available by download from the Internet only. Downloads are available only through the Federal Business Opportunities (FedBizOps) 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-0062/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
SN02496093-W 20110714/110712234951-0f679267f35ef61ee263a776187f319e (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.