Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

Y -- DESIGN/BUILD SERVICES TO CONSTRUCT 17,500 SQUARE FOOT HANGAR BUILDING IN GREAT INAGUA, BAHAMAS

Notice Date
8/4/2010
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-10-R-3EFK08
 
Point of Contact
Richard J. Garrison, Phone: 7578523416, Pamela Argilan, Phone: (757) 852-3449
 
E-Mail Address
Richard.J.Garrison1@uscg.mil, pamela.j.argilan@uscg.mil
(Richard.J.Garrison1@uscg.mil, pamela.j.argilan@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Best Value Design-Build construction project. The acquisition is for the design and construction of a CAT III hangar with ancillary support spaces including but not limited to site development, storm water management, underground utilities, paving, sidewalks, sprinkler systems, fire protection, telecommunications, and LEED certification. Also included is a 40 feet by 27 feet four bedroom modular housing building. The new hangar building shall be designed and constructed to comply with the current editions of UFC 4-010-01 DoD Security Engineering Planning Manual and UFC 4-010-02 DoD Minimum Antiterrorism Standoff Distances for Buildings. The project site is located on Great Inagua, the southernmost island in the Bahamian chain. The site is adjacent to the Great Inagua airport. The estimated magnitude of this construction project is more than $10,000,000.00. The applicable North American Industry Classification System (NAICS) for this acquisition is 236210 and the small business size standard is $33.5 Million. The estimated time for completion is 614 calendar days from date of award. THIS SOLICITATION IS BEING ISSUED AS A 100% SET-ASIDE FOR 8(a) MINORITY CONTRACTORS. THERE IS NO GEOGRAPHICAL RESTRICTION OF THE REQUIREMENT. The Congress in authorizing and funding this project has established certain cost limitations for the project. No award can be made for the design and construction of this project which with allowances for government imposed contingencies and overhead that exceeds the statutory authorization. Proposals whose price for design and construction exceed the funds available may be rejected. The solicitation, when issued will be formatted as a Request for Proposal (RFP) in accordance with the requirements designated by FAR Part 15 for a competitive 8(a), negotiated procurement utilizing the authorized Best Value Source Selection Processes prescribed in FAR 15.101-1. A detailed project description and overall project performance requirements for this project will be included in the Request for Proposals (RFP) package. The solicitation criteria rely upon industry standards, where applicable to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful contractor must design and construct a complete and usable facility, as described in the RFP documents. A solicitation Request for Proposal (RFP) will be available for viewing and downloading on or about August 19, 2010. The date for receipt of proposals for Solicitation HSCG47-10-R-3EFK08 is estimated to be September 30, 2010 at 2:00pm EDT in Norfolk, Virginia. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT http://www.fedbizopps.gov. Any prospective offerors and plan rooms MUST register themselves on the website. The official planholders list will be created from the internet registration and will be available from the website only. Amendments will be posted on the website for downloading. This will be the normal method of distributing amendments; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-10-R-3EFK08/listing.html)
 
Place of Performance
Address: GREAT INAGUA ISLAND, COMMONWEALTH OF THE BAHAMAS, Bahamas
 
Record
SN02228735-W 20100806/100804235130-36ee676932e2aa462096aa7a69ec5fcc (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.