Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2007 FBO #1964
MODIFICATION

Y -- Design Build of Armed Forces Reserve Center, Located in Bell, California

Notice Date
12/27/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-06-R-0084
 
Response Due
12/28/2006
 
Point of Contact
Yong N. Foston, 502-315-6212
 
E-Mail Address
US Army Corps of Engineers, Louisville
(yong.foston@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Design/Build of a new 2,800 member, 224,486 SF Armed Forces Reserve Center (AFRC), 32,652 SF Vehicle Maintenance Shop (VMS) and a 14,741 SF Organizational Unit Storage Facility (UHS) located in Bell, California. The buildings will be permanent const ruction with reinforced concrete foundations, concrete floor slabs, mechanical systems including but not limited to air conditioning (estimated at 600 tons) and electrical systems and physical security measures. Sustainable principals will be integrated i nto the design, development, and construction of the project. Supporting facilities include land clearing, paving, fencing, a Deployable Medical Systems (DEPMEDS) site, general site improvements, and extensions of utilities. Accessibility for the disable d will be provided. Anti-terrorism and Force Protection (ATFP) measures will be incorporated into design including maximum standoff distance from roads, parking areas and vehicle unloading areas. Berms, heavy landscaping, and bollards will be used to pre vent access when standoff distances cannot be maintained. Demolition of 3 buildings (582,000 SF) will be required. The Armed Forces Reserve Center (AFRC) facility will consist of a training facility with administrative, assembly, kitchen, weapons vault, educational, storage, special training, and support areas for sixteen (16) Army Reserve Units, six (6) Army National Guard Units, two (2) Marine Corps Reserve Units, and thirty-two (32) Naval Reserve Units. The Vehicle Maintenance Shop (VMS) will provide work bays and maintenance administrative support areas. The Unheated Organizational Unit Storage (UHS) is provided for storage of equipment and training materials. A DEPMEDS site will provide training support for assigned medical units. The project will also provide adequate parking space for all military and privately-owned vehicles. Building components must be chosen from the following facades and roof types. Facades in order of preference: A.) Exterior cavity wall of masonry veneer, air space, insu lation, and either CMU, tilt-up or pre-cast back-up - highly preferred. Exterior wall may be load bearing. Brick Veneer is preferable to other masonry finishes. B.) Metal panel/steel stud backup exterior wall. C.) Tilt-up or pre-cast concrete panel ex terior wall with no separate wythe of brick veneer. Exterior wall may be load bearing. Exterior face of concrete panels may be cast-in thin brick (preferred) or other treatment. D.) Exterior wall of metal panel veneer and either CMU, tilt-up or pre-cast back-up. E.) Exterior wall of masonry veneer and steel stud back-up. Brick veneer is preferable to other masonry. F.) Pre-engineered steel building with masonry or steel skin - least preferred. Roof Types: A.) Sloped standing seam metal roofing  h ighly preferred. B.) Sloped 50-year asphalt shingle roofing  preferred. C.) Low sloped single EPDM membrane. D.) Low sloped modified bitumen. Furniture will be purchased by separate other contract but installation will be coordinated before handover and acceptance of the project. This announcement is for a solicitation for a 2-Phase Procurement Process using a Best Value Determination of Design/Build Best Value Proposals. This process requires potential offerors to submit only their performance and capability information initially for review and consideration by the Government. Following the review, evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five highest rated offerors. By Amendment, requests will be mad e for the Phase 2 proposals from those highest rated offerors selected during Phase 1. They will receive the detailed technical requirements package and will be required to provide a technical and cost proposal for consideration by the Government. The te chnical information contained in the Phase 2 proposal will be reviewed, evaluated and rated by the government. The final evaluation rating used for compar NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-APR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA27/W912QR-06-R-0084/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Bell, California location 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01271604-F 20070413/070411223714 (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.