Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOLICITATION NOTICE

Y -- FY12 Aviation Complex, Phase 1, Part 2, JBLM PN76768

Notice Date
7/26/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-12-B-0013
 
Response Due
9/5/2012
 
Archive Date
11/4/2012
 
Point of Contact
J. Mitchell Brown, 206-764-3781
 
E-Mail Address
USACE District, Seattle
(joseph.m.brown@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NUMBER: W912DW-12-B-0013 TITLE: FY12 Aviation Complex, Phase 1, Part 2, JBLM PN76768 LOCATION: Joint Base Lewis-McChord (JBLM), Washington ISSUE DATE: On or about 06 August 2012 RESPONSE DATE: On or about 05 September 2012 MAGNITUDE OF CONSTRUCTION: Between $10M and $25M FSC CODE: Y - Construction of Structures and Facilities NAICS CODE: 237310 SET-ASIDE: Small Business (SB) CONTRACTING POC: Joseph Mitchell Brown (joseph.m.brown@usace.army.mil); 206-764-3781 ALTERNATE POC: Erik A. Lundstrom (erik.a.lundstrom@usace.army.mil); 206-764-6698 It has been determined that competition will be limited to Small Business firms ("SB") throughout the United States. The Seattle District Corps of Engineers has a requirement for the construction of an Aviation Complex Parking Apron and infrastructure at JBLM. The primary facilities include a large storm water retention basin, aircraft parking apron for rotary wing aircraft, and road improvements to Faith Avenue, airfield and ground system parking aprons and Communications Center. Special grounding systems for the aprons are required due to soil conditions at Fort Lewis. Supporting facilities include site utilities and connections, exterior lighting, information systems, fencing, fire protection and alarm systems, walks, curbs and gutters, parking, landscaping and site improvement. Work includes connection to energy monitoring and control systems (EMCS), information systems and mass notification systems for the Communications Center. Site improvements include extensive earthwork to fill and level the site. Asbestos and lead abatement will be included in project demolition. Heating for the Communications Center will be provided by a self-contained system. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Access for individuals with disabilities is required. The construction costs of this project will be subject to the disclosure of the magnitude of construction project, Department of Defense Federal Acquisition Regulation (DFAR) 236.204, between $10,000,000 and $25,000,000. The NAICS code for this project is 237310 with a small business size standard of $33.5M and a 540 day contract completion period. The solicitation will be a Bid-Build, Invitation for Bid (IFB) in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.213 entitled "special procedures for sealed bidding in construction contracting." Firms that wish to be considered may provide price bids proposals in accordance with instructions in the solicitation. The submittals will be evaluated utilizing the processes defined in FAR Part 14. A firm-fixed rice contract will be the result of the solicitation. As previously stated, this project is set-aside for SB firms. ON OR ABOUT 06 August 2012, the solicitation documents (plans and specifications) for this project will be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW-12-B-0013. You must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist". If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation. For additional Seattle District Contracting opportunities, visit the Army single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Type Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-B-0013/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02816148-W 20120728/120726235615-fa9527b647a0ea61a6726c87ef731ae7 (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.