Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2001 PSA #2973
SOLICITATIONS

Y -- FY02 VEHICLE MAINTENANCE FACILITY -- FT. LEWIS, WA

Notice Date
November 5, 2001
Contracting Office
US Army Engineer District, Seattle -- Military, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
ZIP Code
98124-3755
Solicitation Number
DACA67-02-R-0202
Response Due
December 17, 2001
Point of Contact
Scott Britt, (206) 764-3517, FAX (206) 764-6817
E-Mail Address
US Army Engineer District, Seattle -- Military (Scott.W.Britt@usace.army.mil)
Description
The upcoming solicitation for this project will be Web Only. Project plans and specifications will be issued electronically via the Seattle District website. No Compact Discs will be mailed to registered planholders, however,in order to receive notificatio n via e-mail of changes and/or amendments to the solicitation, prospective offerors must register at: http://www.nws.usace.army.mil/ct -- go to the Contract and Bid Information link and then to the Advertised Solicitations link to find the registration area under the solicitation number. No phone or fax registration requests accepted. This is a Pre-Solicitation notice to design and construct a complete and usable standard-design Brigade organizational maintenance facility to support over 700 military vehicles for an Initial Brigade Combat Team at Ft. Lewis, WA. The project includes two (2) vehicle maintenance shops with six (6) maintenance bays for scheduled maintenance, administrative area, shop control, overhead cranes, small item repair area, and parts storage area; a deployment equipment storage facility; waste oil tank; hardstand an d organization vehicle parking area. Also included are two single bay shops for various maintenance support teams and multiple deployment storage buildings. Supporting facilities include utilities, electric service, fire protection and alarm system, paving , walks, security fencing, gates, security lighting, information systems, and site improvements. Supporting facilities cost is high because of extensive site work. Heating will be provided by a self-contained gas-fired system with dual fuel capability. All units shall be in metric. The procurement will be obtained using the two-phase design/build procedures outlined in FAR 36.3. Proposals will be evaluated in Phase 1 to determine which offerors will submit proposals for Phase 2. All instruction for proposin g for both Phase I and II will be contained in the solicitation. The contract will be awarded to the firm providing the proposal with the best value to the Government, using criteria outlined in the solicitation. Estimated dollar value is between $10,000,0 00 and $25,000,000. The completion period is 685 calendar days. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for this project is 23332-Commercial and I nstitutional Building Construction, which is matched to SIC Code 1541-General Contractors-Industrial Buildings and Warehouses. Project is open to both large and small business. If you are a large business and your proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small, HUBZone, small disadvantaged, small woman-owned, and small veteran-owned concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $27.5 million. Proposed procurement will result in a fixed-price contract. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011107/YSOL007.HTM (D-309 SN512330)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 5, 2001 by Loren Data Corp. -- info@ld.com