Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

Y -- Maneuver Systems Sustainment Center (MSSC), Phase III, at Red River Army Depot, Texarkana, Texas.

Notice Date
12/8/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-R-0237
 
Response Due
1/24/2012
 
Archive Date
3/24/2012
 
Point of Contact
Rupkalvis, (817) 886-1084
 
E-Mail Address
USACE District, Fort Worth
(gregg.m.rupkalvis@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a pre-solicitation announcement; do not submit proposals at this time. As a Total Small Business Set-Aside, this project is for the construction of a Maneuver Systems Sustainment Center (MSSC) for tactical wheeled vehicles complete rebuild & assembly (recapitalization) at Red River Army Depot, Texarkana, Texas. This includes construction of the Assembly Building, hardstand and covered staging/fuel area with an approximate size of over 200,000 SF. Antiterrorism/force protection measures include a mass notification system. Project also includes fire protection systems that connect to the installation's central system, future connection capability of building automation systems to a depot-wide central Energy Monitoring and Control System (EMCS), and building information systems. Supporting facilities include connections to all required utilities (industrial and domestic), exterior lighting, lightning protection, loading areas, storm water management, and site work. Special foundations are required as is requirements for specialized processes involving hazardous chemicals and specialized construction for follow on equipment layout, and coordination with multiple contractors. Heating and air conditioning will be provided by self-contained units. Access for individuals with disabilities will be provided. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided; a Silver rating in LEED 2.2 is required to be certified. Air Conditioning (Estimated 40 Tons). Additionally, requirements include the following features in terms of complexity: (a)Anti-Terrorism and Force Protection (b)Industrial systems (compressed air distribution system, production power distribution, waste collection systems {chromate & phosphate} including oil/water separation and lift station pumping) (c)Building envelope air barrier system and building air leakage testing (d)Insulated tilt wall concrete panels (e)Mechanical systems for air quality in both industrial shop areas and office spaces: 1. Carbon Monoxide and Nitrogen Dioxide (vehicle exhaust) sensing and ventilation, with control interlocks with roll up doors (life safety requirement). 2. Carbon Dioxide controls for conference room and make up air systems. (f)Energy recovery on air handling equipment- entropy wheel. (g)Four-pipe chill water/boiler systems for HVAC. (h)Grease trap system in cafeteria (i)Enhanced controls for HVAC energy monitoring and control, with controls of lighting and process equipment for off- hour shut down and reporting. Requires coordination across mechanical, electrical, fire alarm and communication system installations. The estimated construction range IAW with FAR 36 and DFARs 236: $25-$100M. The NAICS Code is 236220 and the Business Size is $33.5M. The bonding requirement is $35-$45M for this project. The performance period is approximately 720 days. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a proposal for this solicitation. This solicitation is utilizing a Single-Phase, Best Value procurement process. This procurement will be solicited in accordance with FAR 15, Negotiated Procurement using "Best Value" process. The anticipated solicitation date is on or about December 23, 2011, and the estimated proposal due date will be on or about January 24, 2012 at 2:00PM Central Time. This announcement serves as the advance notice for this project. Project documents will be available for download from the internet only. Downloading of the project documents requires registration at the FedBizOps (FBO) website at http://www.fbo.gov. Amendments will be available from the FBO website by download only. Further details will be issued with the solicitation. This announcement serves as the advanced notice for this project. This project will be awarded subject to availability of funds. General questions may be addressed to gregg.m.rupkalvis@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0237/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02635870-W 20111210/111208234243-063e92c6cc24757cbacfe1e061ef4b47 (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.