Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2005 FBO #1406
SOLICITATION NOTICE

Y -- BASE OPERATIONS/RAPCON FACILITY, ELLSWORTH AFB, SOUTH DAKOTA

Notice Date
9/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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-0028
 
Response Due
12/16/2005
 
Archive Date
2/14/2006
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION - Solicitation No. W9128F-05-R-0028 On or about 26 October 2005, this office will issue Request for Proposal (RFP) for the construction of the BASE OPERATIONS/RAPCON FACILITY, FXBM003002, ELLSWORTH AFB, SOUTH DAKOTA. Proposals will be received on or about 16 December 2005. This solicitation is unrestricted and open to both large and small business participation. A scheduled site visit will occur on 15 November 2005 at 0900 hours (local time). Contractors shall meet at the Education Center, Room 108 at 2700 Doolittle Drive, Ellsworth AFB, Sout h Dakota.?There will be a brief meeting held to address project related/site visit matters preceding the site visit.?All contractors must contact the Ellsworth AFB Resident Office, U.S. Army Corps of Engineers, P.O. Box 669, Box Elder, South Dakota 57719, Telephone:?(605) 923-2983 or Fax:?(605) 923-2558 minimum 5 work days in advance of scheduled site visit date to coordinate access to the base. Project and Work Description: The Base Operations/RAPCON Facility is approximately 24,300 SF state-of-the-art operations facility housing functions such as flight and ground safety, weather data, radar approach and IFR functions, and simulation training. T he building will contain a host of rooms on the one floor facility such as communication, administrative offices, classrooms, conference, simulator equipment, mechanical, janitor, vending, break rooms, kitchen, publications, dispatch, storage and lobby are a. -Structural applications and components consist of cast-in-place concrete footings and foundation walls, structural steel framing, concrete slab on grade construction. -Exterior architectural features and materials consist of, brick and cast stone veneer, glazed aluminum frame curtain wall, clerestory glazing, and standing seam metal roof. Exterior signage is required. -Interior architectural features and materials include brick and cast stone veneer on metal stud furring in lobby, interior partitions are gypsum wall board on metal studs. Walls are to receive paint, fabric wall covering, ceramic tile, and fiberglass rein forced plastic. Flooring is to receive porcelain tile, carpet tiles, carpets, quarry tile, and sheet vinyl flooring. The RAPCON Operations area will have a raised access floor, and building service areas will have a sealed concrete floor. Cabinets and mill work are required. Ceilings are acoustical tile, suspended wood and gypsum wallboard. Exterior doors and frames are aluminum and hollow metal; interior doors are solid wood core with oak veneer. -Mechanical features and systems include HVAC (ducting, boilers, AHUs, pumps, CRAC units, dry coolers, and chiller), plumbing and plumbing fixtures, EMCS, and fire detection and suppression system (wet pipe). -Interior electrical and communication features and equipment include power distribution and distribution panels, lighting fixtures (incandescent and fluorescent), telephone and data systems, Mass Notification System, access entry control systems, and an e mergency generator for backup power. -Site work consists of paving, striping, sidewalks, curb and gutter, gas utilities, UGE distribution, transformers, exterior lighting, water distribution, copper and fiber optic communication lines, storm drains, sanitary, utility manholes, grading, seedin g, and landscaping. 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 excl uding price when combined, are approximately equal to price. The technical evaluations factors include: Construction Firm Experience; Construction Personnel Experience; Past Performance (Construction); Project Management Plan; and Utilization of Small Busi ness. Price will be subjectively evaluated considering Best Value and Realism. The estimated construction cost of this projec t is between $7,500,000 and $10,000,000. 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 $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineer s considers the following goals reasonable and achievable: (a) Small Business: 50.9% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.2% of planned subcontractin g dollars*. (d) Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. (e) Hubzones: 2.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Offeror 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 t he 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. Offerors: Please 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 htt p://orca.bpn.gov. Representations and certifications are required to be updated 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 sub mission or update to ORCA. The RFP (plans and specifications) is 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. The RFP will not be provided in a printed hard copy format . Offerors and 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 regar ding the ordering of the same should be made to: 402-221-3705. 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: 402-221-45 44 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
SN00907419-W 20051002/050930212008 (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.