Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
SOLICITATION NOTICE

Y -- Design & Construction of an Army Reserve Center (ARC) facility located in Greensboro, North Carolina.

Notice Date
4/30/2012
 
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-12-R-0040
 
Response Due
6/21/2012
 
Archive Date
8/20/2012
 
Point of Contact
Tom Dickert, (502) 315-6177
 
E-Mail Address
USACE District, Louisville
(tom.e.dickert@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This project will consist of the Design and Construction of an Army Reserve Center (ARC) facility located in Greensboro, North Carolina. Primary facilities include an approximately 77,000 square foot Army Reserve training building, approximately 3,850 square foot Vehicle Maintenance Shop (VMS), approximately 3,940 square foot of unheated storage building, approximately 7,500 square yards of organizational parking, a Deployable Medical Systems (DEPMEDS) site, antiterrorism measures and building information systems. 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) systems, plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve the 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. Comprehensive building and furnishings related interior design services are required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. The project will contain the following options: 1) Photovoltaic Panel System to provide 50 kW of Renewable Energy; 2) Photovoltaic Panel System to provide 100 kW of Renewable Energy; 3) Photovoltaic Panel System to provide 150 kW of Renewable Energy; 4) Asphalt Pavement MEP in lieu of Gravel; 5) Wash Platform; 6) CFCI OMAR Funded Equipment Items; and 7) CFCI "Bona Fide Need" OMAR Funded Equipment Items. Furniture is NOT included in this contract. All Offerors are invited to attend a Pre-Proposal Meeting and Site Visit scheduled for Wednesday, 23 May 2012 at 1:00 p.m. Meeting details will be provided in the solicitation - Section 00100. The Estimated Price Range is between $10,000,000 and $25,000,000. This is a single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement at a minimum will consist of the following: Relevant Experience and Past Performance of the Prime Contractor and Designer; Technical Information (Renderings, Design Drawings, Design Narrative); Management Plan; Safety Information; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are equal to cost or price. The solicitation will be available by download from the Internet only. NAICS code is 236220. Size Limitation is $33.5M. This is a HUBZONE SMALL BUSINESS SET-ASIDE competitive procurement. Contract duration for design and construction is 525 days. Approximate issue date is 15 May 2012 and approximate due date for proposals is 21 June 2012 at 11:00 a.m. Louisville time (EDT). This announcement serves as the Advance Notice for this project. Documents are available for download only through the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov. Amendments will be available from the FedBizOps website by download only. General questions may be addressed to Tom Dickert at tom.e.dickert@usace.army.mil or call (502) 315-6177.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0040/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
SN02735059-W 20120502/120430235925-5d23f0a11bbe0ba01fb1598340db1ad4 (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.