Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2005 FBO #1392
SOLICITATION NOTICE

Y -- CONSTRUCTION OF A CACTF/UAC AT FORT CARSON, COLORADO.

Notice Date
9/16/2005
 
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-05-R-0040
 
Response Due
11/9/2005
 
Archive Date
1/8/2006
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION: Solicitation No. W9128F-05-R-0040. On or about 3 October 2005, this office will issue Request for Proposals for the construction of COMBINED ARMS TRAINING FACILITY/URBAN ASSAULT COURSE CACTF/UAC COMPLEX, PN 1080, FORT CARSON, COL ORADO. Proposals will be received on or about 9 November 2005. This solicitation is UNRESTRICTED, open to both large and small business participation. There will be a site visit held at Fort Carson on 21 October 2005 at 0900 hours local time. To registe r attendance for the site visit, Contractors should contact the Fort Carson Resident Office, Attn: Annette Smith, U.S. Army Corps of Engineers, Bldg 304, 5030 Tevis St., Fort Carson, CO 80913-4001, Telephone 719-526-5448, FAX 719-526-5365 no later than 18 October 2005. The Contractors will need to provide: names of persons attending along with name of company, phone and fax number. Contractors shall meet at the Fort Carson Resident Office, rear of parking lot at 0915 hours. A bus will be in the parking l ot next to Resident Office and will leave at 0915 hours to visit the site. The bus will go to the Range Control office to obtain a pass to visit the Down Range site. Planned itinerary involves a 50 to 60 minute drive to Camp Red Devil, tour the site for about 1-1/2 hours and then return to the Resident Office around 1230 hours. DO NOT submit requests for plans and specifications to the site visit personnel listed above. The work will include the following Approx. quantities: The project consists of two s eparate building compounds, the Combined Arms Collective Training Facilities CACTF and the Urban Assault Course UAC used for training. Facilities for the building compounds are approximately 112,315 square feet gross area with Options and 105,265 square f eet Basic. The CACTF consists of 19 different building types. Support facilities include the Range Operations Center/ After Action Review ROC/AAR, Dual Sex Field Latrine, and Operations/ Storage Building. The ROC/AAR is the only building that will be occu pied full time by personnel. Unoccupied training buildings include a Service Station, Residences, Embassy, Police Station/ Jail, Office, Business, Radio Station, Townhouses, Bank, Hotel, Church, Hospital, Warehouse, Hangar, Terminal, School, and Control T ower. The UAC consists of 8 different building types. Support facilities include Dual Sex Field Latrine, and Operations Storage Building. Unoccupied training facilities include a Grenadier Gunnery Facility, Individual & Team Techniques Facility, Squad & Platoon Techniques Facility, Urban Offense/ Defense Building, Door Breach Facility, Window Breach Facility, and Wall Breach Facility. Most of the buildings will be constructed of concrete masonry with flat or pitched roof systems. Interior Electrical work includes: Training Building Lighting System, Receptacles, Power Distribution System, Service Equipment, Panel boards, Motors, Fire Alarm System, Building Telephone System, ROC/AAR Building Instrumentation System, Building/Site Fiber Optic System, Building Raceway/Wireway Systems, Conductors, Cable Trays and Camera Monitoring System. Exterior electrical work includes: Underground Primary Line/Pad Mounted Transformers/Switches; Underground Secondary Services; Underground Fiber Optic System; Parking Lot, Area and Street Lighting Systems; Building Lighting System Exterior lighting fixtures above all exterior doorways and on the building surface for all buildings. Mechanical work includes: heating and cooling for electrical/control rooms only; Heat and cool the primary occupied space in the ROC/AAR building with two furnace air-handling systems with attached cooling coils. Additional site work includes: 650 lineal feet of 2-inch water service line; heavy-duty and medium duty gravel roadways; gravel surfacing; 23 00 Cubic Yards Concrete paving; 305-320 Acres of disturbed land involved in construction. Proposal Evaluation: Award of this project will be based on the best v alue 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 combined, are approximately equal to price. The tec hnical evaluations factors include: Construction Experience; Construction Personnel Experience, Past Performance, Construction; Electrical Subcontractor Qualifications, Electrical Subcontractor Key Construction Personnel, Project Management Plan PMP, and Utilization of Small Business. Price will be subjectively evaluated considering Best Value and Realism. The estimated construction cost of this project is between $25,000,000 and $30,000,000. Contractor's Quality Control will be a requirement in this con tract. 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 Engineers considers the following goals reasonable and achievable: Small Business: 50.9%, Small Disadvantaged Business: 8.8%, Women Owned Small Business: 7.2%, Service-Disabled Veterans: 0.5%, Hubzones: 2.9%. All percentages are of planned subcon tracting 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 within the number of days submitted with the Project Management Plan or 600 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 att orney shall bear an original signature by an officer of the surety. The Request for 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 per f irm. Request for 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/ Ordering of Request for Proposal do cuments 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. Offerors: P lease be advised of on-line registration requirement in Central Contractor Registration CCR database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications ORCA at http://orca.bpn.go v. Representations and certifications are required to update annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. 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. Quest ions regarding the ordering of the same should be made to: 402 221 4108. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at : 402- 221-3806 or Specification Section at: 402-221 4547. Commander, U.S. Army Engineer District, Omaha, ATTENTION: CENWO-CT-M, 106 South 15th Street, Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00897456-W 20050918/050916212529 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.