SOLICITATION NOTICE
Y -- CONSTRUCT ARMED FORCES RESERVE CENTER
- Notice Date
- 6/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- DAHA14-03-R-4010
- Response Due
- 9/9/2003
- Archive Date
- 11/8/2003
- Point of Contact
- Tom Coleman, (785) 274-1211
- E-Mail Address
-
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This solicitation is for a Firm Fixed Price Contract. The government intends to award a contract to the offeror deemed responsible in accordance with the Federal Acquisition Regulation, whose proposal conforms to the RFPs requirements and judged to repres ent the Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered, and consistent with the Governments stated importance of evaluation criteria. This may result in award being made to a higher-rated, high er-priced offeror where the Contracting Officer determines that and offerors past and present performance and technical evaluation of the higher-priced offer outweighs the cost difference. Evaluation factors include: past and present performance, safety, 5-year post-acceptance Mechanical System Maintenance Agreement technical proposal, Project Management, Material and equipment compliance, schedule, and price. Prime contractor and mechanical subcontractor will be required to sign a Teaming agreement that requires the retention of the mechanical contractor throughout the construction project. The Mechanical Contractor chosen for this contract will also be required to agree to an option, to be exercised at the completion of the project, for a 5-year mainten ance agreement of the mechanical systems. Independent systems commissioning will be performed by a consultant to the Government. All evaluation factors and significant subfactors other than price when combined are approximately equal to price. Estimated ma gnitude of this acquisition is between $10 million and $15 million. NAICS code is 233320. Small Business standard is $28.5 million. Work consists of demolition of existing structures and site improvements to make way for construction of a new 2-story Ar med Forces Reserve Center totaling approximately 109,000 square feet. Construction of the new Center consists of a combination of load bearing masonry, steel framed structure and pre-cast insulated concrete sandwich panels. Exterior construction consists of concrete masonry veneer, limestone masonry veneer, insulated metal wall panel veneer, aluminum windows, aluminum and steel doors, overhead sectional doors, single-ply roofing, and metal roofing. Interior construction consists of concrete masonry units, gypsum board drywall, carpeting, resinous flooring, resilient flooring, exposed stained concrete, exposed sealed concrete, acoustical ceilings, painted and unpainted exposed structure and one elevator. Mechanical systems include forced-air dual-duct syste ms, gas-fired radiant heaters, 4-pipe chiller system and vehicle exhaust systems in maintenance repair and staging workbays. Electrical systems consist of normal electrical work for power, voice and data as well as an intrusion detection system for the ma in portions of the new building along with weapons storage vaults within. Food service work includes installation of new food service equipment including cooking, cold and hot storage systems and dishwashing equipment. Site work includes rigid and flexible paving, sidewalks, fencing, entrance gates, security lighting and security cameras, storm drainage systems, sanitary sewers and underground electrical and gas services. In addition, included is one pre-engineered metal storage building, two pre-engineered self-contained storage units for flammable materials and controlled waste, one vehicle wash platform including a pre-engineered roof structure and four fuel containment pads. Solicitation and plans and specifications are anticipated to be available on or about 4 August 2003. Plans and specification may be downloaded at www.ngks.net USPFO for Kansas Electronic Bid System (EBS).
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN00356799-W 20030627/030626003533 (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 |