Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2008 FBO #2232
SOLICITATION NOTICE

Y -- Construction of FY08 Dormitory at Minot AFB, ND. UNRESTRICTED Solicitation W9128F-08-R-0007

Notice Date
1/4/2008
 
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-08-R-0007
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
Melvin Vogt, 402-221-4298
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Mel.E.Vogt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 23 January 2008, this office will issue Request for Proposal (RFP) for construction of FY08 Dormitory at Minot AFB, ND. Proposals will be received on or about 25 February 2008 at a time to be set in the solicitation when issued. This so licitation is UNRESTRICTED, open to both large and small business participation. Specific site visit information and date will be made available in the solicitation when issued. Please review Section 00100 clause entitled INSTRUCTIONS, CONDITIONS AND NOTI CES TO OFFERORS of the solicitation for proposed site visit information. The U.S. Army Corps of Engineers representative for this project is the Minot Project Office, Mr. Trev Albright (701) 727-6127. All measurements are approximate. The FY08 Dormitory at Minot AFB is a 3-story, 58,900 SF structure accommodating 144 personnel. Exterior architectural features include precast concrete, brick, standing seam metal roof, curtain wall glass, metal panels and thermal insulation. Structural components consist of cast-in-place concrete foundations, slab on grade, concrete slabs on composite steel decking, wide flange steel beams, HSS tube steel column members and load bearing metal stud walls. Interior architectural work includes gypsum wallboard partitions, do ors and frames, carpeting, porcelain tile, paint, cabinets, sinks, dishwashers and ranges. Mechanical systems for heating and cooling will be by ground source heat pumps and geothermal well field. Individual heat pumps will have set point control with EMC S override capability. Plumbing, water closets and plumbing fixtures will be required throughout. Facility will require an elevator. Fire protection will be required utilizing a wet-pipe system. Interior electrical requirements include motor controller s, breakers, switchboards and panel boards, receptacles, raceways, lighting fixtures, and fire alarm systems. Communication systems will include voice and data, card readers, and CCTV. Exterior work includes placement of geothermal wells at depths of app roximately 200-250 feet, bituminous pavements will be utilized for primary roads and parking with concrete used for heavy traffic areas and dumpsters. Site utility work includes electrical power transfer from above to underground system, gas, water, sewer , grading and landscaping. Demolition of two existing dormitories (Buildings 212 and 222), including abatement of asbestos containing material will occur when facilities are vacated and personnel moved to the new dormitory. RFP Evaluation Criteria. Firm s desiring to participate in the RFP will required to submit technical requirements in accordance with Section 00110 of the solicitation entitled PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation, i.e., Construction Experience, Construction Past Performance, Key Construction Personnel and Schedule, Utilization of Small Business, and Price. An adjectival rating method of evaluation will be used to evaluate the tech nical factors. The estimated construction cost of this project is between $15,000,000.00 and $20,000,000.00. Contractor Quality Control will be a requirement in the resultant contract. Other Than Small 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 achie vable for this contract  a. Small Business: 51.2% of planned subcontracting dollars, b - Small Disadvantaged Business, 8.8% of planned subcontracting dollars*, c - Women Owned Small Business, 7.3% of planned subcontracting dollars*, d - Service-Disabled Veterans, 3.0% of planned subcontracting dollars* and e  HubZones, 3.1% of planned subcontracting dollars*. *- Small business concerns are those owned and co ntrolled by. The selected and awarded Contractor will be required to commence work within 10 calendar days after receipt of a notice to proceed. All work shall be complete within the time period submitted by the awarded contractors proposal after receip t of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the agreed completion time allowed by the contract unless otherwise modified. Performance and payment bonds will be required of the awar ded contractor after award. Bonding documents including the power of attorney shall bear an original watermark and signature by an officer of the surety. Offerors, please be advised of the on-line registration requirement in Central Contractor Registrati on (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications - ORCA at http://orca.bpn.gov. ORCA Representations and Certifications are required to be updated annually a s a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. Interested firms wishing to obtain solicitation documents will no longer be sent either paper or CDs copies of solicitations or amendments. They will instead be required to obtain the documents from the FedTeDs web site. Solicitation documents will be posted on Federal Technical Data Solutions  FedTeDS, a web-based dissemination tool designed to safeguard acquisition-related information. Once solicitation documents have been issued, the documents are posted to FedTeDs, and the synopsis or pre-solicitation notice amended with a link provided for interested parties t o access FedTeDS* through FedBizOpps- FBO. The listing of interested parties will only be available through FBO. The process to download from FedTeDS is to - 1. Find solicitation announcement in Fed Biz Opps - www.fbo.gov, 2. *Once you open the solicita tion announcement on FBO, there will be a link provided to the solicitation in FedTeDS in the remarks section. Click on the link, 3. If you are a first time user, you will have to register** - see info included below; if you are not a first time user, log in to FBO, following the screens, and open the solicitation, and 4. Once you have the solicitation open, you can begin downloading the various files to your location computer. **Registration instructions can be found on the FedTeDS website - https://www.f edteds.gov by clicking on the Register with FedTeDS hyperlink. Interested offerors who have not previously registered in FedTeDs should select the - Begin Vendor/Contractor Registration Process - option. The information listed below is required to reg ister in FedTeDs, 1. Central Contractor Registration  CCR - Marketing Partner Identification Number  MPIN - received when registering in CCR, 2. The firms DUNS Number and or CAGE code, 3. The firms telephone number, and 4. The registering individuals E- Mail address. Questions regarding contractual matters or the ordering of the solicitation should be made to Mel Vogt at 402-221-4298. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on the contents of draw ings and specifications should be made to the Project Manager at 402-221-4544 or Specification Section at  402-221- 4411. All questions, comments or inquiries made by telephone, shall be followed up with a written version of the question, either by elect ronic media or by regular mail confirming the question. Government responses will be provided via electronic media.
 
Web Link
CENWO-CT-M - Vogt, 106 S 15th Street, Omaha, NE 68102-1618
(http://www2.fbo.gov/spg/USA/COE/DACA45/W9128F%2D08%2DR%2D0007/U.S. Army Corps of Engineers Omaha District)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01479435-W 20080106/080104224147 (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.