Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOLICITATION NOTICE

Y -- Design/Build 3,000 Sq. Ft. Storage Facility, Hammond, LA

Notice Date
4/23/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-12-HH-C-0029
 
Archive Date
5/8/2012
 
Point of Contact
Anthony Kemp, Phone: (817) 978-2405, Steven H. Eckelberg, Phone: 303-236-2413
 
E-Mail Address
tony.kemp@gsa.gov, steven.eckelberg@gsa.gov
(tony.kemp@gsa.gov, steven.eckelberg@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESIGN BUILD PROJECT FOR STORAGE BUILDING TO HOUSE EMERGENCY EQUIPMENT AT CUSTOMS AND BORDER PROTECTION AIR AND MARINE FACILITIES PROGRAM MANAGEMENT OFFICE (AMF PMO), NEW ORLEANS AIR OPERATIONS BRANCH, HAMMOND REGIONAL AIRPORT, HAMMOND, LA. This procurement is a 100% small business set-aside. NAICS is 236220, "Commercial and Institutional Building Construction" with a size standard of $33.5 Million. The General Services Administration (GSA) is seeking qualified contractors with Design Build project delivery experience to design and construct a 3,000 square foot pre-engineered metal storage building to house emergency equipment at the Customs and Border Protection (CBP) Air and Marine Facilities Program Management Office (AMF PMO), New Orleans Air Operations Branch, Hammond Regional Airport, Hammond, LA. These supplies are being stockpiled for aid response to both man-made and natural catastrophes in the region. This project includes, but is not limited to, the design and construction of a 3,000 square foot pre-engineered metal building with 16-foot eave height with: wall insulation of 4" Batts with mesh support; roof insulation of 6 Batts with mesh support; continuous ridge mounted gravity ventilation, manually operated; 1,000 square foot insulated and cooled storage area within the building with double-wide doors for pallet access; an energy efficient cooling and heating unit for the cooled storage area to keep water at room temperature during summer (75 to 80 degrees F.) and above freezing during winter; a cipher lock to the cooled storage area; energy efficient fluorescent warehouse lighting; security lighting for exterior; exterior flood lighting and exit lighting with battery back-up; asphalt paving 12' wide for forklifts to access a roll-up door from main roadway; cipher locks at all exterior doors; one 12' x 12' insulated roll up door with 18 ga. exterior metal and 26 ga. interior metal; two exterior exit doors; two 4' underground conduits and pull boxes with pull strings stubbed up in main building; one 4" empty conduit for emergency power from the storage building to the emergency panel in the main building; and xeriscape landscaping to be compatible with the existing environment. In addition, alternate pricing will be requested for the following that may be built if funding is available: (1) a 5,000 square foot pre-engineered metal building with 16-foot eave height; (2) security cameras and a complete Intrusion Detection System (IDS); (3) additional overhead roll-up door; (4) two additional exterior exit doors; and (5) a full-width asphalt access road for commercial vehicles. A single Firm-Fixed-Price contract award will be made to the Offeror whose proposal, technical and price, offers the best value to the Government. Evaluation factors will include (1) past performance on projects of similar size, scope, and complexity, (2) experience with design build projects of similar size, scope, and complexity, and (3) qualifications of key personnel. Technical evaluation factors will be significantly more important than price. The magnitude of the construction involved in this project is between $250,000 and $500,000. Bonding will be required. The term of the contract is anticipated to be 150 calendar days from date of award. Construction cannot proceed until Government acceptance of the 100% design documents. The Request for Proposal is anticipated to be issued on or about May 8, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-12-HH-C-0029/listing.html)
 
Place of Performance
Address: U.S. Customs & Border Protection (CBP), Air & Marine Facilities Program Management Office (AMF PMO), New Orleans Air Operations Branch, 400 Judge Leon Ford Drive, Hammona, Louisiana, 70401, United States
Zip Code: 70401
 
Record
SN02729308-W 20120425/120423235926-b640d3af2101e44406037024508dd2ea (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.