SOLICITATION NOTICE
Y -- Barracks Complex (Hospital Area) and Company Operations Facility, PN 053608 at Fort Carson, Colorado
- Notice Date
- 10/4/2004
- 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-0038
- Response Due
- 12/6/2004
- Archive Date
- 2/4/2005
- Small Business Set-Aside
- N/A
- Description
- On or about 20 October 2004, this office will issue Request for Proposal for the construction of Barracks Complex (Hospital Area) and Company Operations Facility, PN 053608 at Fort Carson, Colorado. The solicitation will close on or about 6 December 2004. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. There will be a site visit on 3 November 2004, at 1300 hrs. Contractors interested in inspecting the site of the proposed work should notify the Fort Carson Resident Office, Ft. Carson Resident Engineer, U.S. Army Corps of Engineers, Bldg 304, 5030 Tevis St., Fort Carson, CO 80913-4001, Telephone (719) 526-5448, FAX (719) 526-5365. Contractors shall meet at the Hospital Barracks project site. If the Contractors need directions to the site, they can call the resident office to either get directions, or notify the resident office that they will be visiting the site, and then meet at the resident office on the day of the site visit to follow the Resident Engineer to the project site. 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) The project includes construction of 43,900 square feet two story new unaccompanied enlisted personnel Barracks building, 5,550 square feet single-story Company Operations Building, a multi-purpose athletic court, vehicular drives and parking, landscapin g, and all utilities to support the buildings. The new Company Operations Building will include: Masonry load bearing/shear walls; standing-seam metal roof (SSMR) system support on metal decking and steel joists; four main areas: an office area, storage area, conference area, and miscellaneous area (mechanical, electrical, lavatory, etc.); foundat ion for the masonry walls will be grade beams connected to drilled piers; An 8-inch concrete slab provided throughout the building; Mechanical work includes: domestic water heater, air handling unit, HVAC, unit heaters, a boiler, plumbing, etc.; Electr ical work includes: illumination, egress lighting, exit lighting, receptacles, service equipment, switchboards and panel boards, motors, fire alarm system, communication system, power distribution, raceways, conductors, IDS system, EMCS system, and mass no tification system The new Barracks Building will include: A 8-inch concrete structural slab spans grade beams for first floor; Grade beams span between drilled concrete piers; 6-inch carton forms are provided beneath first-floor slabs and grade beams; concrete slab supported by composite steel decking for the s econd floor and portions of the attic floor; Standing seam metal roof; a concrete masonry fa?ade is provided around the building perimeter and is backed by non-load-bearing steel studs; Mechanical work includes plumbing, HVAC, natural gas distribution syst em, a wet-pipe fire sprinkler system, liquid chillers, gas piping, hot water storage tank, unit heaters, pumps, chillers, temperature control systems, piping, gas-fired water heaters, ductwork, etc; Electrical work includes building lighting, egress light ing, exit lighting, receptacles, service equipment, panel boards, motors, fire alarm system, telephone and fiber optic system, power distribution system, raceway system, cable trays, TV system, intrusion detection system, mass notification system, lightni ng protection etc. Exterior site work for entire project includes 102-vehicle asphalt parking lot, access drives, Portland cement concrete sidewalks, grading, seeding, 1150 feet of water line, 600 feet of sewer piping, 1020 feet of gas piping, 1150 feet of storm drain line, etc.; electrical work for entire project includes building lighting, , underground primary and secondary electrical service, exterior security lighting, six (6) pad-mounted transformers ranging from 45 KVA up to 1500 KVA, building and walkway lighting, c athodic pro tection for utilities, lighting protection, underground communication system, etc. 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: Con struction Experience; Past Performance, Construction; Key Personnel Qualifications; Past SpiRiT or LEED Experience; SpiRiT or LEED Waste Disposal Plan; SpiRiT or LEED Recycled Construction Material Demonstration; and Utilization of Small Business Concerns. Price is subjectively evaluated considering Best Value and Realism. The estimated construction cost of this project is between $10,000,000 and $15,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting proposals for services exceeding $500,000 or for construction 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 E ngineers 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. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. 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 be limited to one (1) per firm. Plans and Specifications will not be provided in a printed har d 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 plans 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 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 CD-ROM and amendments. Questions rega rding the contractual issues should be made in writing to: Mel Vogt at mel.e.vogt@usace.army.mil (phone 402-221-4298). Telephone calls regarding Small Business matters should be made to: Hubert J. Carter, Jr. at 402-221-4110. Questions on contents of dra wings and specifications should be made to Steve Wong,Project Manager, at: 719-526-4052 or Joel Woods in 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
- SN00688627-W 20041006/041004212005 (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 |