Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

Y -- Renovation and Construction of Davison Army Airfield Air Station, Fort Belvior, VA

Notice Date
3/21/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-R-0029
 
Response Due
4/6/2012
 
Archive Date
6/5/2012
 
Point of Contact
Marcia E.Young, (703) 806-5861
 
E-Mail Address
USACE District, Baltimore
(marcia.e.young@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U. S. Army Corps of Engineers (USACE) Baltimore District plans to solicit a firm-fixed price design/build construction contract to the Offeror using Lowest Price Technically Acceptable (LPTA) on evaluation of Offeror cost and technical proposals and established evaluation factors identified in the contract solicitation. The design/build contract will be awarded on or about 30 June 2012 with anticipated construction completion in 2013. This announcement is for the design and construction (Design/Build) of the Davison Army Airfield Fire Station Expansion at Fort Belvoir, VA. PROPOSAL PERIOD: The solicitation is scheduled for release on or about 4 April 2012. Contract award is scheduled on or about 30 Jun 2012. A Request for Proposal (RFP) is contemplated utilizing the Lowest Price Technically Acceptable procedure as described in FAR 15 with a 30 day response time after issuance. In using this approach, the Government seeks to award a contract to the offeror who gives the Government the greatest confidence that they can meet our requirements. This acquisition is being solicited pursuant to FAR Part 19.5, and is issued as a Service Disabled Veteran Owned Small Business (SDVOSB) RFP. Magnitude range of this acquisition is between $1M - $5 M. All contractors must be registered in the Central Contractor Registry (CCR) database to be eligible to receive award http://www.ccr.gov and have completed the On-line Representations and Certifications at http://orca.bpn.gov. The entire solicitation will be posted at this website https://www.fbo.gov. Telephone requests will not be honored. PROJECT SCOPE. Project Description Work consists of the design and construction of an addition to/alter Building 3242, including lengthening of apparatus bays, additional dormitory rooms, men's and women's toilets and showers, and administrative offices, and extension of fire alarm and suppression and building information systems to provide an Aircraft Rescue Fire Fighting (ARFF) station to support military firefighter's mission to provide fire protection to the installation's flight-lines and facilities and to provide fire prevention education and training. Total expansion is not to exceed a maximum allowable area of 4,050 square feet (SF). Supporting facilities include sidewalks, parking, curbs and gutters, storm drainage, site improvements, and information systems. Handicapped access will be provided in administrative areas. The capacity of the self-contained heating and air conditioning (15 tons) will be increased. Antiterrorism/force protection measures include annealed laminated glass in reinforced frames, reinforced exterior doors, barriers, and visual screening. The design-build contractor shall provide all management, supervision, labor, materials, tools and equipment necessary for the performance of Design and Construction of Minor Construction, Modification, Rehabilitation, and Alterations for the Corps of Engineers, Fort Belvoir National Capital Region and Corps of Engineers, Baltimore District in accordance with the Scope of Work, Davison Army Airfield (DAAF) Fire Station Expansion, Fort Belvoir, VA. Period of Performance is 365 days from Notice to Proceed. CONTRACTORS WILL BE RATED AGAINST THE FOLLOWING FACTORS: Factor 1 -Experience in Relevant Projects Factor 2 -Past Performance Evaluations for Experience in Relevant Projects Factor 3 -Management and Control of Projects Factor 4 -Past Performance Evaluations for Management and Control of Projects Factor 5 -Technical Approach PROPOSAL PROCEDURES: The Lowest Price Technically Acceptable Analysis contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. POINTS OF CONTACT: Gary E. Williams Contract Specialist, e-mail gary.williams@usace.army.mil and Barbara Lein, Contract Specialist, email Barbara.A.Lein@usace.army.mil and Rhonda P. Sturdavant, Contracting Officer, e-mail Rhonda.P.Sturdavant@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0029/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02702048-W 20120323/120321235115-a112fb9aa0e869aa9791ebb83ffd6e9b (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.