SOLICITATION NOTICE
Z -- Addition/Alteration Mission Control Station (MCS), CRWU 03-3001 at Buckley AFB, CO
- Notice Date
- 12/23/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- DACA45-03-R-0018
- Archive Date
- 4/26/2003
- Point of Contact
- Melvin Vogt, 402-221-4298
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(Mel.E.Vogt@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA On or about 21 January 2003, this office will issue Request for Proposals No. DACA45-03-R-0018 for the construction of ADAL SBIRS MISSION CONTROL STATION (MCS), CRWU 03-3001, BUCKLEY AFB, COLORADO. The solicitation will close on or about 30 days from date of issuance. This solicitation is UNRESTRICTED, open to both large and small business participation. The work will include: (In Approx. quantities), Construction of the ADAL SBIRS MCS. This Addition/Alteration (ADAL) project, consists of a 1,673 square meter addition to the MCS with alterations to the existing MCS facility totaling 1,032 square meters. The addition is a one-story facility, housing the CLS/Ops Room, Ops Certification Room, Instructors Cab, Technical Intelligence and USNDS Rooms, Electrical/UPS Room, Battery Room, Conference and Office spaces, men's and women's toilets/showers, and commu nications spaces. The building addition is steel-framed with concrete drilled piers and grade beam foundations, and exterior walls of pre-cast concrete panels with a Built-Up Roof. Raised computer floors encompass much of the facility. Alterations inclu de wall demolition and relocation, office relocations and revisions, and all associated mechanical and electrical revisions necessary to accomplish this work. Mechanical/electrical work includes installation of air handlers, boilers, CRAC units (relocated ), rewiring existing CRACs, rewiring existing chillers, pumps, sound attenuators, fans and fan coils, motor control centers, switchgear, and PDU switches. Communications work includes connection of telephone jacks in utility areas using 50 pair telephone cable to the existing telephone room, terminal blocks, and telephone backboard in the new communications room. Pre-wiring work includes junction boxes, conduits and pull-wires for a beacon alert system, door chimes, public address system, and security sys tem (security equipment by others). EMCS controls and Fire Alarm systems are also included. Exterior site work includes: site removals, grading, fencing, access drives, concrete walks, asphalt parking, utilities and landscaping. Extensive phasing and co ordination will be a contract requirement. The awarded Contractor will be required to commence work within 10 days after notice to proceed and complete the work within 490 days after receipt of Notice to Proceed. Provisions of the solicitation and result ant contract will be included for liquidated damages in case of failure to complete the work within the time allowed. Performance and payment bonds will be required. This project includes pricing options that if exercised, will not add additional time to contract. A site visit and pre-proposal conference is scheduled for 6 February 2003 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 3 February 2003 so that arrang ements can be made with the Security Police to allow entry of the Contractors onto the base and into the Secure Compound. The Points of Contact at the Resident Office are Fran Balchus or Eric Petersen, phone (303) 367-0335 or (303) 367-0316. The fax num ber at the Resident Office is (303) 367-0357. Contractors shall provide a fax with the following information to the Resident Office: Name of Contractor or Firm, Visitor names, Social Security Numbers, Date of Birth, Place of Birth, Driver?s License Numbe r, and Citizenship of each person who will attend. Provide a phone number on each fax so that information which is illegible or requires clarification can be verified, if necessary. NOTE: This information may not be transmitted verbally ? only a fax con taining the information is acceptable. The information will be furnished the Security Police at Buckley?s Sixth Avenue Base Gate. On the day of the Site Visit, Contractors should enter the base at the Sixth Avenue Gate and present photo ID?s to the Guard s, then proceed to the Pass & ID Building just inside the gate to obtain a Vehicle Pass. A valid driver?s license, current vehicle registration, and proof of insurance will be required for the vehicle pass. Note that the check-in procedure and issuance of a vehicle pass normally takes approxima tely 30 minutes for the number of people anticipated. Once a vehicle pass is issued, Contractors should proceed to the West Entry Control Facility (see Sheet C0.00 of the solicitation for a map) where a Representative of the Corps of Engineers, will accom pany contractors to the site for the visit. The secure compound will be entered promptly at 1:00 for the site visit. Because of Security issues and escort requirements, please plan to arrive early. Contractors should expect to walk from the Entry Contr ol Facility to the work site. A Pre-Proposal Conference 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 with a copy of the questions provided to U. S.Army Engineer District, Omaha, Contracting Division, CENWO-CT-M (Vogt), 106 S 15th Street, Omaha NE 68102-1618. Access to Buckley AFB will be denied anyone failing to comply with the requirements stated above. DO NOT submit requests for proposal documents to the site visit personnel listed above. See ?Ordering? below. 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 format . Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/. 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?. Remember the password information that y ou assign when registering. When registering on the web site, 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 Cod e (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed); 6) E-mail address (Use only one); 7) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 8) Large Business, Small Business or Sma ll Disadvantaged Business. If any of the information changes during the advertisement period, update the information on the registration web site. Failure to provide the above information correctly and update any changes may cause a delay in receiving CD-ROM and amendments. Questi ons regarding the ordering should be made to: 4022214298 (Mel Vogt). Telephone calls regarding Small Business matters should be made to: 4022214110. Telephone calls on proposal documents (technical content) should be made to the Project Manager or Specification Section at: (402) 2214595 or 4547. 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: C onstruction Experience; Past Performance, Construction; Construction Personnel/Mechanical & Electrical Sub-Contractors; Project Management Plan and Utilization of Small Business Concerns. Price will be subjectively evaluated considering Best Value and Re alism. The estimated design and construction cost for this project is between $ 5,000,000 and $ 10,000,000. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting propo sals exceeding $500,000 for services 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 re asonable and achievable for Fiscal Year 2003: (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 dolla rs*; (d) Severely Disabled Veterans 3.0% of planned subcontracting dollars*; (e) HubZones 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN00229389-W 20021225/021223213522 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |