MODIFICATION
Y -- TEMPORARY LODGING FACILITY/VISITING QUARTERS (TLF/VQ), PROJECT AFBCIF 220032, BUCKLEY AFB, COLORADO
- Notice Date
- 1/15/2004
- Notice Type
- Modification
- 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-0049
- Response Due
- 3/16/2004
- Archive Date
- 5/15/2004
- Point of Contact
- Famane Brown, 402-221-4100
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(famane.c.brown@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOLICITATION IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks b e limited to one (1) per firm. Plans and Specifications 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 pla ns and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registerin g. 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. Quest ions regarding the ordering should be made to: 402 221 3116 (Famane Brown) e-mail: famane.c.brown@usace.army.mil. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on proposal documents (technical content) sh ould be made to the Project Manager or Specification Section at: (402) 221 4595 or 4529. A site visit is scheduled for 26 February 2004 at the proposed Construction Site at 1:00 p.m. (local time). All contractors must contact the Corps of Engineers Buckle y Resident Office no later than noon (Mountain Standard Time) on 20 February 2004 so that arrangements can be made with the Security Police to allow entry of the Contractors onto the base. The Points of Contact at the Resident Office are Fran Balchus or Co rey Magstadt, telephone (303) 367-0316 or (303) 367-0307. The fax number at the Resident Office is (303) 367-0357. Contractors must provide a typed fax with the following information to the Resident Office for all visitors attending: 1) Name of Contractor or Firm Represented 2) Visitor Name 3) Visitor Social Security Number 4) Visitor Date of Birth and Place of Birth 5) Visitor Drivers License Number 6) Visitor Proof of Citizenship Provide a phone number on each fax so that information which is illegible or requires additional clarification can be verified, if necessary. Note: This Information May Not Be Transmitted Verbally - Only A Typed Fax Containing The Information Is Acceptable. The information will be furnished to the Security Police at Buckleys Main Sixth Avenue Base Gate (This is one of the north gates of Buckley AFB, located at 6th Avenue and Aspen Drive. As one is proceeding east on 6th Avenue, continue past the 1st gate, which is the BX Gate. The Main 6th Avenue Gate is located approximately 1/4 m ile further east of the BX Gate). On the day of the Site Visit, Contractors should enter the base at the Sixth Avenue Gate no earlier than 12:00 p.m. and present photo IDs to the Guards. A Corps of Engineers representative will be stationed just past the g uards and will issue Vehicle Passes and a strip map showing the route to the Buckley Resident Office. Contractors should proceed directly to the Buckley Resident Office (Crested Butte Avenue and Vail Street) where a bus will be waiting to show them the sit e and the pertinent features. The site visit will begin promptly at 1:00 p.m. Because of Security issues and badge requirements, please plan to arrive early, but no earlier than 12:00 p.m. Do Not submit requests for plans and specifications to the site vis it personnel listed above. See Ordering below. Project Information: (In Approx. quantities) The work will consist of construction of a collocated Temporary Lodging Facility (TLF) and Visiting Quarters (VQ). The project includes 30 TLF units, 120 VQ units, and an Administration Building. The TLF is approximately 39,500 SF, the VQ is approximately 69,500 SF, and the Administration Building is approximately 14,900 S F. The TLF is a one-story, wood framed structure. The roof of the TLF is comprised of a standing seam metal roof atop wood sheathing on pre-engineered, pre-fabricated wood trusses. The VQ is a three-story, light gage steel framed structure. The roof of the VQ is a standing seam metal roof atop a metal roof deck on pre-fabricated, pre-engineered light gage trusses. The floors of the VQ are concrete topping on metal form deck, set atop light gage floor joists. The Administration Building is a one-story buildi ng, with a partial walk-out basement. The roof of this building is a standing seam metal roof atop wood sheathing on wood decking. The Administration Buildings roof framing consists of glue-laminated wood sloping girders and horizontal beams. Exterior fini shes for the buildings include local sandstone, stucco, and steel elements. The foundation system for all buildings consists of reinforced concrete grade beams and drilled piers. Mechanical work includes installation of chillers, gas-fired boilers, hydroni c hot and chilled water systems, water heated and cooled fan coil units, associated pumps, ductwork, piping, etc. Electrical work includes installation of a pad-mounted transformer, service switchboard, secondary transformers, power panels, communication w iring, and other associated work. EMCS controls and Fire Alarm systems are also included. Exterior site work includes site grading, access drives, concrete walks, asphalt parking, utilities and landscaping. Proposal Evaluation: Award of this project will b e 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: Construction Experience; Past Pe rformance, Construction; Qualifications of Construction Personnel/Mechanical & Electrical Sub-Contractors; Project Management Plan, and Utilization of Small Business Concerns. Price will be subjectively evaluated considering Best Value and Realism. The est imated construction cost of this project is between $15,000,000 and $20,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,0 00,000, 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 2004: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars. (e) Hubzones: 3.0% of planned subcontracting dollars. Small business concerns owned and controlled by. The awarded Contractor will be required to commence work within 10 days after notice to proceed and complete the work within 570 days after receipt of Notice to Proceed. Provisions of the solicitation and resultant contract will include an amount for liquidated damages in case of failure to complete the work within this time. Performance and payment bonds will be required.
- 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
- SN00504675-W 20040117/040115212119 (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 |