SOLICITATION NOTICE
Y -- CONSTRUCT SAN ANTONIO MILITARY MEDICAL CENTER (SAMMC) - NORTH, FORT SAM HOUSTON, TEXAS
- Notice Date
- 11/6/2007
- 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-08-R-0003
- Response Due
- 11/30/2007
- Archive Date
- 1/29/2008
- Point of Contact
- June Wohlbach, 817/886-1069
- Small Business Set-Aside
- N/A
- Description
- This request for proposal (RFP) is an integrated design-bid-build (IDBB), full and open competition contract for construction. This project provides for construction of a new 3,210-vehicle parking garage; construction of a new 1,790-vehicle parking garage; renovation of approximately 258,000 GSF within the existing Brooke Army Medical Center (BAMC); construction of a new addition approximately 650,000 GSF to accommodate emergency services, inpatient functions, clinical functions, and administrative f unctions; construction of a new Central Energy Plant (CEP) of approximately 10,000 GSF, and various site development improvements. Special foundations to accommodate expansive soil conditions will be required. Work will include building information syste ms, intrusion detection systems, energy monitoring and control systems, fire/smoke detection and alarm systems, and connections to Fort Sam Houston military installation central monitoring/control systems. Building antiterrorism measures will include, but not limited to, interior sway bracing, blast resistant windows and exterior door glass and mass notification system. Supporting facilities include water, sewer, gas, and electric utilities, exterior communications, site drainage, access drives, parking, sidewalks, and site works. Access for individuals with disabilities will be provided. Site antiterrorism measures will include, but not limited to, building orientation and standoff distances, berming, masking landscaping, access/vehicle control, fencing , security lighting, bollards and planters. Air conditioning requirements for new addition is estimated at 3,000 Tons. The magnitude of construction is over $500,000,000. The RFP solicitation is anticipated to be issued on or about 30 November 2007, and offers will be due on or about 31 January 2008. No public bid opening procedures are applicable to this solicitation. A firm fixed price UNRESTRICTED contract is anticipated to be awarded using Best Value evaluation criteria. Anticipated award date is 1 March 2008. Anticipated project completion date is 31 July 11. FAR 52.219-14, Limitations on Subcontracting and FAR 52.216-17 Incentive Price Revision Successive Targets apply. The successful offeror is required to perform at least 25 percent of the final cost of the contract, not including the cost of materials, with its own employees. The 2002 North American Industrial Classification System (NAICS) code applicable to this project is 236220. SIC is 1542. The Product Service Code is Y199. The Small Business Size Standard is $31 Million. 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&Solic itationNumber=W9126G-08-R-0003 . (Do not include period in link). The use of the FedTeds website requires prior registration at www.fedteds.gov. Plans and specifications will not be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOps website and FedTeds website for amendments to the solicitation. You must be registered with the Central Contractor Registration Database,(CCR), to receive a Government contract award. You may register with the CCR at http://www.ccr.gov/. The Primary Point of Contract for this project is Ms. June Wohlbach, USACE Contract Specialist, (817) 886-1069. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the FedTeds website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedTeds address after solicitation issuance at the following address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0003 . Contractors shall register the mselves at this website under the solicitation number to receive a copy of the solicitation. Further, all potential offerors are also encouraged to visit the Armys Single Face to Industry website located at http://acquisition.army.mil/default.htm to view other official business opportunities NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-APR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-08-R-0003/listing.html)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX 76102-0300
- Zip Code: 17300
- Zip Code: 17300
- Record
- SN01546208-F 20080404/080403042540 (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 |