SOLICITATION NOTICE
Y -- MYSTIC RANGER DISTRICT/ROCKY MOUNTAIN RESEARCH STATION, RAPID CITY LABORATORY, RAPID CITY, SOUTH DAKOTA
- Notice Date
- 5/4/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-04-R-0010
- Response Due
- 6/21/2004
- Archive Date
- 8/20/2004
- Point of Contact
- Aleasha Cotton, (402) 221-3910
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(Aleasha.D.Cotton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- On or about 20 May 2004, this office will issue a Request for Proposals for the construction of MYSTIC RANGER DISTRICT/ROCKY MOUNTAIN RESEARCH STATION, RAPID CITY LABORATORY, RAPID CITY, SOUTH DAKOTA. This solicitation will close on or about 21 June 2004. This solicitation is unrestricted and open to both large and small business participation. A site tour will be held at the project site located approximately three miles South of Rapid City, SD on the northwest corner of the intersection of Highway 16 and Moon Meadow Drive on June 8, 2004. The site tour will be held from 9:00 A.M. to 11:00 A.M. All Contractors must contact Dwight Pochant at the Ellsworth Resident Office (CENWO-CD-BH-E), U.S. Army Corps of Engineers, Telephone: 605 923 2983 a minimum 5 work days in advance of the site tour date. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: (Approx. quantities) Project Description: The project will be constructed for the U.S. Forest Service. The project site is located approximately three miles South of Rapid City, SD on the northwest corner of the intersection of Highway 16 and Moon Meadow Drive. The site is currently an undevelop ed grass-covered field. The site is clear and no demolition required. Basic Contract award will be construct a new one story 15,500 SF Administration Building and a 2,300 SF Rocky Mountain Research Station Warehouse. Option One is to construct an additi onal 11,500 SF to the Administration Building. Option Two is to construct a 10,100 SF Ranger District Warehouse. The Administration Building will provide space for: offices, restrooms, storage, laboratories, conferences and visitors. Warehouses will pr ovide space for: offices, workspaces for general shop work, locker rooms, building equipment, restroom, janitor, vehicle storage and maintenance areas to support field activities. The Administration Building typical construction will consist of wood stud bearing walls supporting prefabricated wood trusses with some exposed glued laminated trusses for architectural effect. Cast-in-place concrete basement walls will be provided for an equipment room. Roof trusses with attic spaces will be provided for air -handling units to be placed in the attic. Foundations will consist of concrete spread footings and foundation walls beneath wood stud bearing walls and shear walls, concrete floor slabs on grade, exterior wood frame walls with stone wainscot, roofing of asphalt roof shingles. Warehouses are slab on grade and wood frame. The project includes all utilities (water supply and distribution, gas supply and distribution, electrical, sanitary sewer and landscape irrigation), asphalt driveways and parking areas for government, privately-owned and visitor vehicles, turf and landscaping, Administration Building HVAC with temperature controls, fire detection and alarm system, both dry and wet-pipe fire sprinkler systems, exterior electrical power distribution, inter ior electrical power and lighting. 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. All technical factors excluding price when c ombined, are approximately equal to price. The technical evaluations factors include: Design Experience; Design Personnel; Past Performance (Design); Construction Experience; Past Performance, Construction; Construction Personnel; and Project Management P lan. Price will be subjectively evaluated considering Best Value and Realism. The estimated construction cost of this project is between $2,000,000 and $10,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting proposals for services exceeding $500,000 or for construction e xceeding $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 2004: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 10.0% of planned subcontracting dollars*. (c) Women Owned Small Business: 10.0% 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 Contractor will be required to commence work within 10 days after notice to proceed and complete the work 540 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. The RFP plans and technical criteria/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 be limited to one (1) per firm. RFP Plans and technical criteria/Specifi cations will not be provided in a printed hard copy format. Contractors may view and/or download the basic project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ The CD-ROM includes additional information that is not available on the Internet address. Ordering of solicitation Request for Proposal package 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 Registering. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving the solicitation CD-ROM and amendments . Questions regarding the ordering of the same should be made to: 402 221 3910. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of RFP drawings and technical criteria/specifications should be made to the Project Manager at: 402 221 4477 or Specification Section at: 402 221 4529.
- 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
- SN00579753-W 20040506/040504212529 (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 |