Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

Y -- Construction of an Army Reserve Center, The Woodlands, Texas

Notice Date
5/13/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-R-0041
 
Response Due
7/7/2010
 
Archive Date
9/5/2010
 
Point of Contact
Erin Quinn-Neuendorf, 502-315-6205
 
E-Mail Address
USACE District, Louisville
(erin.g.quinn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Primary facilities include construction of an ARC training building, Organizational Maintenance Shop (OMS), unheated storage building, and organizational parking. Buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Accessibility for the disabled will be provided. Physical security 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 prevent access when standoff distances cannot be maintained. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. This project will include options for OMAR funded equipment, MEP parking-concrete paving, landscaping, wash racks and a loading ramp. This is a single phase best value procurement. The estimated cost range for this project is $10M to $25M. NAICS code is 236220. Size standard is $33.5M. Contract duration is approximately 540 days. The proposals will be evaluated using the Tradeoff Process. This process requires potential offerors to submit their performance and capability information for review and consideration by the Government. Factors to be evaluated are Prime Contractor Experience, Past Performance and Safety. The process also includes a price proposal for consideration by the Government. A small business subcontracting plan is required for large businesses. The current goals for the Louisville District are: 70% to Small Business, 6.2% to Small Disadvantaged Business, 7.0% to Women-Owned Small Business, 9.8% to HUBZone Small Business, 3.5% to Veteran-Owned Small Business and 2.0% to Service-Disabled Veteran-Owned Small Business. The solicitation approximate issue date is June 3, 2010 and approximate closing date is July 7, 2010, at 2 P.M. EDT (Louisville time). Documents will be available by download only through the Federal Business Opportunities (FedBizOpps) website at www.fbo.gov. Registration is required in order to download. Amendments will be available from the FedBizOpps website by download only. This is a full and open procurement; however, in accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUBZone 10% price evaluation preference. This announcement serves as the advance notice for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0041/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02148520-W 20100515/100513234930-ced35a10d50b5faa503ac4da30a8a957 (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.