COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS
Y -- REPLACE MILITARY FAMILY HOUSING (PHASE 8), NELLIS AFB, NV
- Notice Date
- June 7, 2001
- Contracting Office
- USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
- ZIP Code
- 95814-2922
- Solicitation Number
- DACA05-01-R-0016
- Response Due
- August 2, 2001
- Point of Contact
- Rick Vredenburg (916) 557-5234
- Description
- PLEASE NOTE: IN ORDER TO INSURE THAT YOU RECEIVE ANY ADDITIONAL AMENDMENTS THAT MAY BE PLACED AGAINST THIS SOLICITATION IT IS IMPORTANT THAT YOU PROVIDE US WITH A VALID E-MAIL ADDRESS WHEN FILLING OUT INFORMATION TO PLACE YOUR FIRM ON THE PLAN HOLDERS LIST. FAILURE TO DO SO MAY RESULT IN YOUR FIRM NOT RECEIVING A COPY OF ANY ADDITIONAL AMENDMENTS AS THEY ARE SENT OUT ELECTRONICALLY. PROJECT TITLE: REPLACE MILITARY FAMILY HOUSING (PHASE 8), NELLIS AFB, NEVADA. This proposed contract is UNRESTRICTED. This is a design/build project; the offeror chosen will complete the design and construct the facility. The acquisition method is negotiated procurement. A technical and cost proposal will be required. Evaluation by the Government will result in selection of a firm that represents the best advantage to the Government. JOB DESCRIPTION: This project includes the replacement of family housing units, site preparation, replacement/upgrade of utility systems and roads, and the engineering/construction of 6 new SOQ four bedroom single family detached units and 20 JNCO three bedroom family housing (10 duplex) units. Provide normal amenities, to include appliances, parking, air-conditioning, garages, covered patios, privacy fencing, playgrounds and recreation areas. The basic neighborhood support infrastructure will be upgraded to meet modern housing needs. NAICS CODE: This procurement will be conducted under NAICS Code 233220. The size standard for this code is $27,500,000.00. Estimated cost is between $5,000,000.00 and $10,000,000.00. Large businesses competing for this project must comply with the FAR 52.219-9 Clause regarding the requirement for Subcontracting Plan on the part of the work that it intends to subcontract. The recommended goals for subcontracting are 61.4% for Small Business, 9.1% for Small Disadvantaged Businesses, and 5.0% for Small Business/Women-Owned. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. The Contract Specialist is Rick Vredenburg at (916) 557-5234. CD-ROMS: This solicitation is available on CD-ROM (Free of Charge). CD-ROMs must be ordered by the CUT OFF DATE of 06/27/01 to ensure receipt of bid sets. Orders received beyond this date will not be considered. The CD-ROMs will be mailed out on or about 07/02/01. Because a limited number of sets will be Reproduced, copies are limited to one per firm. A CD-ROM can only be ordered electronically by accessing Internet address: http://ebs.spk.usace.army.mil/. Please complete the requested information to avoid a delay in your order. See Note 26(See Commerce Business Daily-Monday Edition). For a listing of all Sacramento District projects, see Contracting Division's Internet Home Page at http://ebs.spk.usace.army.mil/, which is up-dated daily. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see our web page.
- Record
- Loren Data Corp. 20010611/YSOL008.HTM (W-158 SN50O347)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on June 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|