Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2002 FBO #0220
SOLICITATION NOTICE

Y -- FY02 ADAL Communications Facility, Tyndall AFB, FL (Bay County, FL)

Notice Date
7/8/2002
 
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-0059
 
Response Due
7/26/2002
 
Archive Date
8/25/2002
 
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 PLANS ROOM at (251) 690-2535/2536 OR FAX (251) 694-4343. Specific questions related to this project may be answered by Mr. Allen Harrison at (251) 694-3624. FY02 ADAL Communications Facil ity - consists of a 23,024 s.f. single-story building. The construction consists of a split faced CMU, concrete foundation and slab, standing seam metal roof, fire protection, raised flooring, utilities, pavements, mechanical HVAC systems, site work, land scaping and parking. Additionally, there are also alterations inside existing building #649 that include renovation of 9,680 s.f. This includes asbestos and LBP removal and HVAC renovations. When completed this facility will consolidate the Base Network Control Center in a single location. The North American Industry Classification System (NAICS) code for this project is 233320. Bid documents are available on or about 26 July 2002. Estimated cost of work is between $1,000,000 and $5,000,000. Unrestri cted. All responsible sources may submit an offer, which shall be considered. Note No. 1: Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet to receive one CD-ROM. Registration instructions a re available on the Internet at http://www.sam.usace.army.mil then click on contract. Neither telephonic, mailed, nor fax requests 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 solicitation. 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. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to pa per medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Not e 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 No. 3: Critical Path Method (Network Analysis System) is required. Note No. 4: For this job, a small business is defined as having average annual 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 Contact, Synopsis of Work, Plan Holders, Bid Results, etc.) are available on the Internet at: http://www.sam.usace.army.mil. No te No. 7: a. A pre-proposal conference will be conducted at: Tyndall AFB Civil Engineer Office Conference Room, DATE: 8 August 2002, TIME: 10:30 hours (local time), all interested proposers are urged to attend. During this conference, the requirements s et forth in the solicitation will be reviewed and discussed, with part of the conference to include a questions and answer period. Tour of the site will follow the conference. The duration of the conference and tour will be approximately one (1) day. Mi nutes of the pre-proposal conference will be prepared by the Government and placed on the Internet at http://www.sam.usace.army.mil. b. It is requested that a representative of each offeror attend the pre-proposal conference. Number of attendees is limited to four from each firm. Names of individuals from each company who will attend the conference should reach the following addressee no later than five (5) w orking days prior to the conference. Resident Engineer, Tyndall AFB Resident Office (CESAM-CD-GT), U.S. Army Corps of Engineers, Building 1021, Tyndall AFB, FL 32403-5601 at phone (850) 283-2584/2795 or fax (850) 283-4456. Request for attendance received after 6 August 2002 will not be accepted. 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 cos t thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerni ng 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 Inve stigation 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 h ave previously been certified by the SBA as an 8(a) Contractor, are eligible to compete 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 ha ve a NAICS code of 233320 among their approved NAICS Codes and which are serviced by the following SBA District Office: Region IV.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA01/DACA01-02-R-0059/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
 
Record
SN00112054-F 20020710/020708214413 (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.