Loren Data Corp.

'

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

Y -- DESIGN AND CONSTRUCTION OF PHYSICAL FITNESS CENTER, CRWU 02-3001, BUCKLEY AFB, CO. CONTRACTING POINT OF CONTACT, LOREEN BLUME, 402-221-4265, TECHNICAL POC, LARRY SAND, 402-221-4595.

Notice Date
November 5, 2001
Contracting Office
US Army Corps of Engineer -- Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
ZIP Code
68102-1618
Solicitation Number
DACA45-02-R-0001
Response Due
January 15, 2002
Point of Contact
Dawn Thompson, 402-221-4811, FAX 402-221-4199
E-Mail Address
US Army Corps of Engineer -- Omaha District (dawn.e.thompson@usace.army.mil)
Description
On or about 27 November 2001, this office will issue Request for Proposals for the design and construction of PHYSICAL FITNESS CENTER, CRWU 02-3001, BUCKLEY AFB, COLORADO. Proposals will be received on or about 15 January 2002. This solicitation is unrest ricted and open to both large and small business participation. Contracting POC Loreen Blume, (402)221-4265, Technical POC Larry Sand, (402)221-4595. A site visit and pre-proposal conference is scheduled for 17 December 2001 at the proposed Construction Site at 1:00 p.m. (local time). All contractors must contact the Corps of Engineers Buckley Resident Office no later than 10 December 2001 so that arr angements can be made with the Security Police to allow the Contractors onto the base. The Point of Contact at the Resident Office is Eric Petersen, phone (303) 367-0335 or (303) 367-0316. The fax number at the Resident Office is (303) 367-0357. Contr actors shall furnish the following information to the Resident Office: Name of Contractor or firm, names, Social Security Numbers, Date of Birth, Place of Birth, Driver's License Number, and Citizenship of each person who will attend. This information wil l be furnished to the Security Police at the Sixth Avenue Entry Control Point (ECP). On the day of the Site Visit, Contractors should enter the base at the Sixth Avenue Gate and present photo ID's to the Guards at the ECP, then proceed to the Pass & ID Bu ilding just inside the gate to obtain a Vehicle Pass. Note that the check-in procedure and issuance of a vehicle pass normally takes 10-15 minutes. Once a vehicle pass is issued, Contractors should proceed directly to the project site. A pre-proposal co nference will be held immediately following the site visit. Questions regarding the site visit should be directed to the Resident Office at the number listed above. Access to Buckley AFB will be denied for anyone failing to comply with the requirements stated herein. DO NOT submit requests for proposal documents to the site visit personnel listed above. See 'ORDERING' below. The work will include the following: (Approx. quantities) Design and Construction of the Physical Fitness Center. This 68,000 Square Feet two story facility will house the following areas: Lobby space with juice bar and lounge area, control counter, and waiting areas; Administrative area with offices, break room, equipment storage and laundry area; Gymnasium with a r unning track above the gym floor along the perimeter, four racquetball courts, three Aerobics rooms, Weight room for free and resistive weight training, Lap pool with two spas, and a cardiovascular workout room located on the second floor; Public men's and women's toilets, locker rooms toilets and showers areas, and distinguished visitor locker rooms and storage rooms; Health and Wellness Center 'HAWC' with a reception/lobby area, office spaces, classroom, computer library, Ergonomic testing stations, well ness assessment rooms, resource library, food demonstration area, Men' and Women's toilet, janitor closet, and storage area; and Mechanical, electrical and communications spaces. Site Work includes: site removals, access drives, concrete walks, asphalt p arking, utilities and landscaping. Proposal Evaluation: Award of this project will be based on the best value approach considering technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The technical evaluations factors include: Design Experience, Design Personnel, and Past Performance (Design); Construction Experience; Past Performance, Construction; Construction Personnel; Project Management Plan and Utilization of Small Business Concerns. Price is subjectively evaluated consi dering Best Value and Realism. The estimated design and construction cost for this project is between $10,000,000 and $15,000,000. Contractor's Quality Control will be a requirement in this contract. Lar ge business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2002: (a) Small Business: 61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars. (d) Severely Disabled Veterans 3.0% of planned subcontracting dollars. (e) Hubzones 2.5% of planned subcontracting dollars. (a) thru (e) -- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within 540-x calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. x- Project includes pricing options, that if exercised, will add additional time to contract. The proposal documents are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Proposal documents will not be provided in a printed hard copy forma t. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.nwo.usace.army.mil/ebs/contract.htm or the ftp site indicated. The ftp site is the site recommended for downloading files. ORDERING of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the 'Solicitation Registration' section of the synopsis and click on the link for 'Registering'. If you do not have Internet access, then you may fax your request to (402) 221-4199; faxed requests will take longer to process, causing a delay in receiving Solicitation documents. Please include the following information: 1)Name of Firm; 2)Point of Contact; 3)Mailing Address; 4)Street Address for Parcel Delivery Service; 5)Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information via e-mail to loreenl.k.blume@usace.army.mil or by written request or fax. Failure to provide the above information and any changes may cause a delay in receiving C D-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-4265. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on proposal documents (technical content) should be mad e to the Project Manager or Specification Section at: (402) 221-4595 or 4547. Commander, U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M, 106 South 15th Street, Omaha, NE 68102-1618
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011107/YSOL013.HTM (D-309 SN512399)

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