Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2002 FBO #0066
SOLICITATION NOTICE

Y -- Technical POC: Doug Larson 402-221-4547 Contractual POC: Loreen Blume 402-221-4265 or Tamara Brunow 402-221-3527

Notice Date
2/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-02-B-0007
 
Response Due
2/20/2002
 
Archive Date
3/22/2002
 
Point of Contact
Tamara Brunow, 402-221-3527
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(tamara.a.brunow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA PROJECT INFORMATION Solicitation No. DACA45-02-B-0007 On or about 20 February 2002, this office will issue Invitation for Bids for the construction of ENLISTED BARRACKS PHASE II, PN 031357 AND 054511, FORT CARSON COLORADO. Bids will be opened on or about 04 April 2002. This solicitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact the Fort Carson Resident Engineer, U.S. Army Corps of Engineers, Bl dg. 304, 5050 Tevis St., Fort Carson, CO 80913-4001, Telephone: (719) 526-5448. FAX (719) 526-5365. Prebid site visits must be arranged in advance for access to Fort Carson, Colorado. A scheduled visit of the site will be conducted on 14 March 2002 a t 10:00 a.m.. Bidders shall call the Resident Engineer's Office a minimum of 48 hours prior to date of scheduled site visit and provide the following information: a. Name of Contractor b. Names of individuals. Only individuals that have furnished the required information in advance and show a valid Photo ID (i.e. driver's license) will be allowed access to the installation. Access to the installation will be through Gate 1. DO NOT submit requests for plans and specifications to the site visit personne l listed above. See Ordering below. The work will include the following: (Approx. quantities) Work will be phased by fiscal year (FY). FY02 work includes construction of a three-story 336-person barracks building (11,240 Square Meters (SM) or 121,000 Square Feet SF total gross), major utilities for entire project and related site work. FY03 work in cludes a three-story 336-person barracks (same size as FY02 work), two-story three company operations facilities (two medium and one large combined 2470 SM or 26,600 SF total gross), related site work and demolition of eight existing buildings after comple tion of the new barracks facilities. The two medium company operations facilities will be joined and the large company operations facility will be a freestanding facility. Site work for FY02 and FY03 work includes a multi-purpose court and covered picnic shelter for each barracks building, landscaping (seeding sodding, trees, shrubs, and irrigation), parking (500 stalls), utility (gas, water, sewer, electrical distribution and storm drainage) installation and other site improvements. FY02 and FY03 work wil l utilize exterior load bearing CMU cavity walls with brick veneer for all building work except Soldier Community Building (steel frame with brick and CMU veneer). Roofing materials will be primarily standing seam metal roofing with a small portion of EPD M roofing. Interior finishes include vinyl composition tiles, carpet, and porcelain tile. Wall finishes include painted gypsum wallboard (GWB), wall coverings, glass block and porcelain tile. Ceilings include GWB and acoustical tile. The foundation syst em generally consists of concrete foundation walls and strip footings. Mechanical work includes HVAC, plumbing systems, DDC/UCS, and wet pipe fire sprinkler system. Electrical work includes building lighting and power, fire detection and alarm system, lig htning protection and cathodic protection. Each barracks building consists of a two-story centrally located Soldier Community Building (SCB) and three-story wings of sleeping rooms extending out from each end. A total of 168 room modules are provided in ea ch barracks facility on three floors. Located at each floor at these wing turns are occupant bulk storage, small mechanical rooms, janitor closets, laundry rooms, electrical and communication rooms. The main entrance to the barrack building leads directly into the SCB and a large two-story atrium space. The lobby provides the recreational and administrative activities for the facility. The second floor of the SCB contains indoor recreational activity areas. The facility's main mechanical, electrical and communication rooms are located at the SCB. The Company Ope rations facilities (COF) are composed of storage areas, maintenance space, arms vault, and the building's mechanical and electrical rooms on the first floor. The second floor of the COF contains the administrative offices, shower, locker, and toilet rooms. The large COF has a small amount of general storage on the second floor. The estimated construction cost of this project is between $50,000,000 and $70,000,000 Contractor's Quality Control will be a requirement in this contract. Large business concerns su bmitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2002:(a) Small Business:61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars*. (c) Women Owned Small Business:5.0% of planned subcontracting dolla rs*.(d) Severely Disabled Veterans 3.0% of planned subcontracting dollars*. (e) Hubzones 2.5% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after noti ce to proceed and complete the FY 02 work 540 calendar days after receipt of Notice to Proceed. The FY03 work, excluding building demolition, will be required to be complete 450 calendar days after notification to proceed with work (approx. 240 days after start of FY02 work). Building demolition will be required to be complete within 90 calendar days after new building construction is complete and customer has moved personnel into new buildings. Provisions will be included for liquidated damages in case o f failure to complete the work in the time allowed. Performance and payment bonds will be required. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.nwo.usace.army.mil/ Orderi ng of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If you do not have Internet access, then you may fa x your request to (402) 221-4199, faxed requests will take longer to process, causing a delay in receiving Solicitation documents. Please include the following information: 1)Name of Firm;(2)Point of Contact; 3)Mailing Address; (4)Street Address for Parce l Delivery Service; 5)Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed. Amendments will be available through the Internet address indicated above. Contractors, Subcontracto rs and suppliers shall be responsible to check the internet address for amendments.);6)Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7)Large Business, Small Business or Small Disadvantaged Business. If any of the in formation changes during the advertisement period, submit the information via e-mail to Loreen.K.Blume@usace.army.mil or Tamara.A.Brunow@usace.army.mil by written request or fax. Failure to provide the above information and any changes may cause a delay i n receiving CD-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-4265. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 221 - 4561 or Specification Section at: (402) 221-4547. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102-1618
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN20020206/00022073-020204235225-W (fbodaily.com)
 
Source
FedBizOpps.gov 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.