SOLICITATION NOTICE
Z -- Construction of SBIRS SCIF Bldg 430, Buckley AFB, CO.
- Notice Date
- 1/27/2003
- 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-0001
- Archive Date
- 5/23/2003
- 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
- Total Small Disadvantage Business
- Description
- NA On or about 24 February 2003, this office will issue Request for Proposals No. DACA45-03-R-0001 for the construction of SBIRS SCIF ? BUILDING 430, CRWU 02-1001, BUCKLEY AFB, COLORADO. The solicitation will close on or about 30 days after date of issuance. This solicitation is RESTRICTED TO FIRMS LISTED WITH THE SMALL BUSINESS ADMINISTRATION, COLORADO DISTRICT OFFICE AS 8(A) CONTRACTORS. The work will include: (In Approx. quantities), Construction of the SBIRS SCIF- BUILDING 430. This project consists of alterations within the existing Building 430 at Buckley AFB, CO. No exterior alterations will be required. The total area to be remode led is approximately 10,610 SF. Work includes removal and replacement of walls, raised floors, suspended ceilings, and other associated appurtenances from the existing DRC Area, which comprises approximately 1/3 of the existing overall building area. Me chanical/electrical work includes installation CRAC Units, VAV terminal units, ductwork, plumbing, lights, cable trays, security equipment, and telephone cabling. Pre-wiring work includes junction boxes, conduits and pull-wires for a beacon alert system, door chimes, public address system, and security system. Direct Digital Controls (DDC) and Fire Alarm systems are also included. The existing facility is also protected by an existing 10 gage metal shield located on the building?s exterior walls, roof, an d below the floor slab. This shield is not to be disturbed or penetrated by alterations covered in this project. The entire project area is on an existing 30-inch raised floor, which will be replaced. The project is limited to interior alterations of an existing facility (Building #430). The scope of the interior alteration will include 2 SBIRS areas, 4 private offices, 2 entry control vestibules, 2 break areas, 2 electrical/communications closets, 2 s torage areas, a work area, an equipment area, and a computer equipment area. Minor alterations to adjoining exit corridors will be required. The above spaces will be provided in the building?s former DRC area. The project is located in the Buckley AFB Secure Area. The contractor will be responsible for providing his own escorts and following all secure area restrictions. Furthermore, the other 2/3 of the building will be occupied by building tenants. The cont ractor must insure that they are not disturbed nor impacted by construction operations within the building. All outages to other tenants must be scheduled, approved prior to the outage, and phased properly to avoid mission down times. Extensive phasing and coordination will be a contract requirement. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within 300 days after receipt of Notice to Proceed. Provisions of the solicit ation and resultant 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 add itional time to contract. A site visit and pre-proposal conference is scheduled for 13 March 2003 at the proposed Construction Site at 1:00 p.m. (local time). All interested contractors must contact the Corps of Engineers Buckley Resident Office no later than 11 March 2003 so that arrangements 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) 367-0316 or (303) 367-0335. The fax number at the Resident Office is (303) 367-0357. Contractors interested in participating in the site visit 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 Number, and Citizenship of each person who will a ttend. 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 containing the information is acceptable. Th e 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 Guards, 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 P1.01 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 P.M. for the site visit. Because of Security issues and escort requirements, please plan to arrive early. Late arrivals may not be allowed entry. Contracto rs should expect to walk from the Entry Control 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 abov e 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 or by email to Mel.E.Vogt@usace.army.mil. 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/. Contractors are reminded that is it their responsibility to check the web site regularly for any posted changes. 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 Code (FA X 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 Small Disad vantaged Business. If any of the contractor registration information changes during the advertisement period, update of the information on the registration web site is the responsibility of the contractor. Failure to provide the above information correctly and update any ch anges may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering should be made to: 402 221 4298 (Mel Vogt). Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on proposal docume nts (technical content) should be made to the Project Manager or Specification Section at: (402) 221 4595 or 4547. Proposal Evaluation: Award of this project will be based on the best value approach considering technical ev aluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. All technical factors excluding price when combined, are approximately equal to price. The technical evaluations factors include: C onstruction Experience; Past Performance, Construction; Construction Personnel/Mechanical & Electrical Sub-Contractors; and Project Management Plan. Price will be subjectively evaluated considering Best Value and Realism. The estimated construction cost for this project is between $1,000,000 and $2,000,000. Contractor's Quality Control will be a requirement in this contract.
- 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
- SN00247341-W 20030129/030127213400 (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 |