Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2006 FBO #1833
SOLICITATION NOTICE

Y -- FY07 Combined Arms Collective Training Facility (CACTF), Fort Hood, Texas

Notice Date
12/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-R-0013
 
Response Due
1/19/2007
 
Archive Date
3/20/2007
 
Small Business Set-Aside
N/A
 
Description
Point of Contact for this project is Jan Slick, Contract Specialist, 817-886-1050, Errette.j.Slick@SWF02.usace.army.mil Project General Information: Construct a Combined Arms Collective Training Facility (CACTF). The CACTF will be constructed near Killeen, Texas about 10 miles north of south Fort Hood, on the east side of West Range Road. The CACTF project provides for building replicas of an urban city environment. The CACTF includes a Range Operations Center (ROC), After Action Review (AAR) building, operations and storage building, and 28 replica training buildings. Supporting f acilities include an information system, electric service and site improvements. Antiterrorism measures are included. Targetry and instrumentation systems will be provided and installed by the Government. The 28 urban city buildings include a service st ation, a med clinic, a radio station, 2 warehouses, a hotel, 4 business buildings, 2 strip malls, a bank, a municipal building, a townhouse, a school, a church/mosque, 9 residential homes, a city hall, and a police station. The urban city buildings are ba sically CMU shells with a variety of flat and sloped roofs. The only utilities in the urban city buildings are lights for safety purposes, electrical outlets and an exhaust fan in the communications rooms and electrical and communications connections for the Government provided and installed targetry equipment and cameras. Other site features will include a soccer field, a pedestrian cross over bridge which will extend over one of the roadways, gravel roads, concrete roads, a low water crossing, and a veh icle bridge rated for 100 tons. The vehicle bridge that will span across the existing ditch/creek will be a multi-span, concrete girder bridge similar to current Texas Department of Transportation (TXDOT) design. The bridge will be 24 foot wide, able to accommodate two-way wheeled traffic and one-way tracked vehicle traffic, able to accommodate an M1 tank load. The Hotel and Municipal buildings will be constructed with basements. These buildings have been sited across the street from each other to allow for tunnels that will extend from the buildings basements underground connecting together at the street in a curb inlet box. The tunnels will be constructed of 48 inch reinforce concrete storm drain pipe. There will be no Government Furnished Material/ Property. There is no planned demolition work under this project. There will not be a Pre-Bid Conference. The North American Industrial Classification System (NAICS) code applicable to this project is 236220, Commercial and Institutional Building Constr uction which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. This will be an UNRESTRICTED solicitation; the solicitation number for this project is W9126G-07-R-0013 . The solicitation is tentatively scheduled to be issued on o r about December 15, 2006, with proposals due on or about January 19, 2007 (unless otherwise stated in the solicitation). The construction project price range is $10,000,000 to $25,000,000. The contract award will be based on Best Value to the Government, which may or may not result in accepting the lowest-priced offer. To determine best value, the Governments proposal evaluation will consist of but not be limited to evaluation of the offerors technical and management capabilities as well as price. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-07-R-0013 . Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format. It is t he offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Datab ase (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The current Fort Worth District Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%.
 
Place of Performance
Address: U S Army Corps of Engineers, C/O Central Texas Area Office P O BOX 757 Killeen TX
Zip Code: 76540-0757
Country: US
 
Record
SN01189466-W 20061203/061201221059 (fbodaily.com)
 
Source
FedBizOpps 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.