SOLICITATION NOTICE
Y -- Design Construct Fire/Crash Rescue Station, Cape Canaveral AFS, FL
- Notice Date
- 5/10/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- DACA01-02-R-0042
- Response Due
- 7/17/2002
- Archive Date
- 8/16/2002
- Point of Contact
- Sonya White, (251) 441-5582
- E-Mail Address
-
US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA REFER QUESTIONS ON DISTRIBUTION OF PLANS AND SPECIFICATIONS TO THE PLAN ROOM AT (334) 690-2535/2536 OR FAX (334) 694-4343. Specific questions related to this project may be answered by Mr. Allen Harrison at fax (251) 690-2902. In general, the work shall consist of the following: Design and construction of a single story Fire/Crash Rescue Station consisting of approximately 32,000 SF of administrative space, conference rooms, sleeping quarters, kitchen and dining area, fitness center, and vehicle bays. Si te work includes utilities, parking lot, concrete hardstand, and landscaping. Work also includes the demolition of semi-permanent metal buildings 1345, 1705, 55122 and 55215. The North American Industry Classification System (NAICS) code for this project is 233320. Bid documents are available on or about 4 June 2002. Estimated cost of work is between $5,000,000 and $10,000,000. All responsible sources may submit an offer, which shall be considered. Note No. 1: Bidders, subcontractors and Dodge/Plan Ro oms are required to self-register their firm or office on the Internet to receive one CD-ROM. Registration instructions are available on the Internet at http://www.sam.usace.army.mil then click on contract bids. Neither telephonic, mailed, nor fax reques ts will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firms physical address, telephone, a valid fax number and a point of contact. Registration should be completed one week prior to the issue date. All notifications of changes to this solicitation shall be made through the Internet only. It is therefore the contractors responsibility to check the Internet address listed above daily, for any posted changes to this s olicitation. Actual solicitation amendments will be issued either by fax, posting for download to the aforementioned web page, or CD-ROM. The plans and specifications will be issued on Compact Disc (CD-ROM) only and will be provided free of charge. Plan s and specifications will not be provided in a printed paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat R eader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 3: Critical Path Method (Network Analysis System) is required. Note No. 4: For this job, a small business is defined as having average annu al receipts of less than $28,500,000 for the past three years. Note No. 5: This solicitation includes bid options, which may not be awarded. Note No. 6: Detailed Information on this and other Mobile District Projects (Ordering Solicitations, Points of Co ntact, Synopsis of Work, Plan Holders, Bid Results, etc.) are available on the Internet at: http://www.sam.usace.army.mil. Note No. 7: A pre-proposal conference will be held at the: Cape Canaveral AFS South Gate on Date: 19 June 2002, Time: 8:00 a.m. (Loc al Time). The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders w ith the Best Value process. Attendance at the conference is strongly recommended. Tour of the site will follow the conference. The duration of the conference and tour will be approximately 3 hours. Minutes of the pre-proposal conference will be prepare d by the Government and placed on the Internet at http://www.sam.usace.army.mil. All attendees should contact the following office at least 24 hours in advance of the conference. The name, title, SSN, phone number and company for each individual that plans to attend shall be submitted. Attendees should submit this information via mail or fax using their company letterhead with complete mailing address or compa ny fax sheets: Attention: Mr. Dennis Newell, Resident Engineer, U.S. Army Corps of Engineers, Cape/Patrick Resident Office, P.O. Box 4872, Patrick AFB, Florida 32925-0872 at phone (321) 494-0640, fax (321) 494-0652. Offerors should visit the site and take such other steps, as may be reasonable necessary to ascertain the nature and location of the work, and the general and local conditions, which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for es timating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work. This procurement is a Competitive 8( a) Set-Aside as established by Section 8(a) of the Small Business Act (15 U.S.C. 637(a)). Only those firms meeting the Small Business Administration's (SBA) criterion, and have previously been certified by the SBA as an 8(a) Contractor, are eligible to co mpete for this procurement and ultimately be awarded a subcontract from the SBA. It has been determined by the SBA that competition will be restricted to 8(a) firms which have a NIACS Code of 233320 among their approved NAICS Codes. Competition is limite d to the State of Florida.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA01/DACA01-02-R-0042/listing.html)
- Place of Performance
- Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN00075337-F 20020512/020510214240 (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 |