Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

Y -- ADD/ALTER DEPLOYMENT CENTER, FY10 (CI) FXBM013004, Ellsworth AFB, SD

Notice Date
6/10/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F10R0044
 
Response Due
8/6/2010
 
Archive Date
10/5/2010
 
Point of Contact
Polina Poluektova, 402-995-2091
 
E-Mail Address
USACE District, Omaha
(polina.a.poluektova@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities Information SOLICITATION NO. W9128F-10-R-0044 On or about 6 July 2010, this office will issue Request for Proposals for design and construction of the ADD/ALTER DEPLOYMENT CENTER, FY10 (CI) FXBM013004, Ellsworth AFB, SD. The solicitation will close on or about 6 August 2010. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit is scheduled on 22 July 2010 at 0900 hours (local time). Contractors interested in inspecting the site should contact the Ellsworth AFB Resident Office, U.S. Army Corps of Engineers, P.O. Box 669, Box Elder, South Dakota 57719, Telephone: (605) 923-2983; Fax: (605) 923-2558; e-mail dwight.d.pochant@usace.army.mil. All inquiries for registration should be made a minimum of 5 work days in advance of the scheduled site visit to coordinate base access. Place of assembly will be at northwest parking lot of building 7510. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. _______________________________________________________________________________ Project Description (Approx. quantities) Deployment Center will consist of a renovated area and a new addition and will provide for the deployment of approximately 330 personnel with their associated gear and cargo. Approximately 100 staff members will be involved in the deployment process as well with operations and associated office spaces. Design scope will include 60%, 100% and 100% Corrected Final design documents (plans and specifications) prior to placing construction. Approximately 31,000 SF of the existing Deployment Center will be redesigned and renovated to allow for more efficient area use. Functions within the renovated processing facility area include: Receiving, ID Check and processing, holding and amnesty, conveyance operating equipment (GFGI), X-Ray Equipment (GFGI), baggage handling, air mobility warehouse upgrades, counseling and briefing, medical examination, classrooms, computer rooms, weapons vault, kitchen, storage, toilet/showers, laundry, offices, mechanical and electrical room upgrades. The structural addition will be approximately 20,000 SF in size, including a canopy area. This area will be utilized primarily for personnel and baggage deployment and cargo operations, but will have a dedicated area for new administrative offices as well. Area functions will include personnel interviewing, filing, toilets/showers, and administration and storage. The cargo area will contain conveyance operating equipment (GFGI) and baggage handling operations for loading and transport through truck bays w/sectional doors. Structural Systems (new construction), footings will consist of isolated spread footings of reinforced concrete below structural columns and continuous footings below bearing walls and building perimeter of reinforced concrete; slab-on-grade reinforced concrete with crushed rock capillary and non-expansive engineered fill, steel framing and roof secondary framing consisting of LH-series open web steel joists and wide rib roof decking. The roof system will consist of two types of structural standing seam metal roofs. The roof over the existing building will be replaced with a retro-fit metal roof system to provide adequate slope and drainage to the east side of the facility. The new addition roof will be a metal roof sloped to the west side of the new building. Both metal roof systems will provide for R-30 insulating value thru the roof envelope. The roof slopes will be a minimum of 1/2-inch per foot. Windows shall be 1-inch-thick insulated units installed in thermally broken color-coated aluminum frames. Exterior walls will be constructed of a combination of composite insulated metal panels with factory finish and decorative masonry veneer. Wall system will be a combination of non load-bearing cold-formed steel studs and CMU. Walls between classrooms, offices and toilet rooms and interior corridor walls shall be full height partitions with acoustical insulation constructed of metal studs and gypsum board. All other interior walls will consist of metal studs and 5/8-inch gypsum board partitions. Office spaces, classrooms, computer labs and counseling rooms shall receive carpet tile on floors, paint on walls and rubber base. All main corridors will have resilient flooring and base. Some walls will have wainscot of proactive wall covering (either vinyl wall covering or panel system) with paint above. Toilet Rooms, Showers and the Kitchen will have porcelain and ceramic tile. Janitor closets, mechanical rooms, electrical rooms, and weapons vault will receive sealed concrete floors and paint on walls. The Cargo Area floor will be a high performance epoxy coating, with gray color. Millwork shall typically be plastic laminate cabinets with solid surface material counters and back splashes. Stainless steel cabinets and counters will be required in the kitchen area. Interior doors and trim will be wood finish. Mechanical and Electrical work includes HVAC, EMCS digital control system, plumbing, fire protection, fixtures, power panels and fiber optic communications. Equipment includes X-Ray, refrigerators, range, microwave, freezer, dishwasher, ice machine, ovens, flat screen monitors, overhead projectors and a facility furniture package. Site work includes parking, paving, grading, exterior lighting, gas, electrical, water and communications. RFP Evaluation Criteria (for Design-Build Project) Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00: PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Construction and Design Experience, Construction and Design Past Performance, Key Construction and Design Personnel, Project Management Plan, Utilization of Small Business). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value will be considered after reviewing price and technical factors. The estimated design and construction cost of this project is between 10 and 15 million dollars. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the design, design reviews and construction work 600 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Obtaining Solicitation Documents: This office will no longer send copies via paper or CDs of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeDS. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS in note 2 below. The process to download from FedTeDS is: 1.Find solicitation announcement in Fed Biz Opps at: www.fbo.gov 2.Once you open the solicitation announcement on Fed Biz Opps, there will be a link provided to the solicitation on FedTeDS. Click on the link. 3.If you are a first time user, you will have to register as described in the information included below; if not log in and open the solicitation. 4.Once you have the solicitation open, you can begin downloading the various files to your location. Registration instructions can be found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register. 1.Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN 2.DUNS Number or CAGE code 3.Telephone Number 4.E-Mail address Obtaining Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders List and Receiving Notifications or e-mail of changes to a solicitation, Federal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and submit. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Contractual Questions regarding this solicitation be made to: 402-995-2091. Telephone calls regarding Small Business matters should be made to: 402-995-2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-995-2775 or Specification Section at: 402-995-2187.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10R0044/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers Ellsworth AFB Resident Office Ellsworth AFB SD
Zip Code: 57719
 
Record
SN02174511-W 20100612/100610235431-cab94600e5bff31746793f2dcff6bc8c (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.