Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2013 FBO #4235
MODIFICATION

Y -- Warrior In Transition Barracks HVAC Retrofit 8(a) PN 69224, JBLM, WA

Notice Date
6/27/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-13-B-0005
 
Response Due
9/30/2013
 
Archive Date
8/26/2013
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
CONTRACTING POC: John Scola - Email: John.P.Scola@usace.army.mil Effective 8/27/13 - Revised: This is a Design-Bid-Build [DBB] solicitation. The purpose of this modification is to indicate we intend to solicit a DBB project. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted above. It has been determined that competition will be limited to 8(a) firms located in within the geographical area of Region 10 (Washington, Oregon, Idaho and Alaska), or other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The Seattle District Corps of Engineers has a requirement to design and retrofit a HVAC retrofit to the existing Warrior in Transition Barracks at Joint Base Lewis-McChord. The Warrior in Transition Barracks consists of two buildings: Building 1 - A four-story building accommodating 240 personnel in 102 two bedroom, two bath and kitchen dwelling modules and 18 two bedroom, one bath and kitchen dwelling modules. Building 1 is approximately 155,000 square feet. Building 2 A four-story building accommodating 168 personnel in 84 two bedroom, two bath dwelling modules and 18 two bedroom, one bath and kitchen dwelling modules. Building 2 is approximately 77,000 square feet. The barracks were constructed in 2011 and were not provided with mechanical cooling (air conditioning). This HVAC retrofit project provides the recovering soldiers with acceptable temperature control in the dwelling modules of both buildings. Since both buildings are occupied, the design includes requirements and restrictions on the Contractor to minimize the impact to the soldiers residing at the facility. The cooling capacity to both buildings is to be provided with air-cooled scroll chillers. The chillers are to be located at a chiller plant to be provided and located approximately 50 feet east of the service entrance. It has been determined that competition will be set-aside for 8(a) firms only. SBA Requirement Number: 1013-13-304149. The NAICS code for this project is 236220 with a small business size standard of $33.5M and a 270 day contract completion period. The solicitation will be a Design-Bid-Build competitive Invitation for Bid (IFB) in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.213 entitled quote mark Special Procedures for Sealed Bidding in Construction Contracting. quote mark Firms that wish to be considered may provide price bids in accordance with instructions in the solicitation (to be released on or about 9 July 2013). The submittals will be evaluated utilizing the processes defined in FAR Part 36.213 and Part 14. A firm-fixed price contract will be the result of the solicitation. 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 $1,000,000 and $5,000,000. As previously stated, this project is set-aside for 8(a) firms. ON OR ABOUT 9 July 2013, 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-13-B-0005. 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 quote mark Watchlist quote mark. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors quote mark 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 quote mark USACE District Seattle quote mark in the Keywords/SOL #: box for Seattle District listings only. CONTRACTING POC: John Scola - Email: John.P.Scola@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-13-B-0005/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03101691-W 20130629/130628000029-8f7100966d47dc4b98e38411aea38d4c (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.