SOLICITATION NOTICE
Y -- Modernization of Bell-Lincoln School, for the District of Columbia Public Schools, Washington, DC
- Notice Date
- 7/31/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACW31-02-R-0044
- Response Due
- 10/3/2002
- Point of Contact
- Lydia Hill, 202-529-2218
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Military
(Lydia.a.hill@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This proposed procurement is Unrestricted, SIC 1542 NAICS is 234930 with a size standard of $27,500,000.00. Modernization of Bell-Lincoln School is being advertised as a Request for Proposal (RFP). The request for proposal requires separate technical and cost proposals to be evaluated based on Best Value for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Estimated cost of construction is between $25,000,000.00 and $50 ,000,000.00. Construction duration 731 days from receipt of the Notice to Proceed. Work under this project consists of total utility removal and demolishing of Lincoln Middle School, Bell Senior High School and construction of a new Bell-Lincoln facility serving Middle and High School Students. Bell Senior High School is located at 3145 Hiatt Place, NW in Ward 1, Planing area F. The existing 98,000 square foot school was built in 1910, on a 59,600 square foot site. Students in grades 9 through 12 atten d this school. Lincoln Middle School is located at 3101 16th Street, NW in Ward 1, Planning area F. The existing 185,000 square foot school was built in 1967, on an 88,193 square foot site. Students in grades 6 through 8 attend this school. The planned design capacity of the new combined school is 600 students in Lincoln and 800 students in Bell, with a total building size of 255,135 square feet on a 4.9 acres site. This project will require demolition of Lincoln Middle School and adjacent recreational space for construction of the new school and demolition of Bell Senior High School and construction of a new soccer field. New underground garage will provide 146 park ing spaces for school staff. The building?s structural system will primarily consist of poured in place concrete with a steel roof structure. Roofing system is 4-ply asphalt built-up roof. Building exterior will be constructed of pre-cast concrete and m asonry products. The foundation will be constructed on spread footings. Concrete footings, below-grade walls and slab-on-grade first floor are also part of the foundation design. Interior finishes will typically consist of vinyl composition floor tiles (VCT), painting walls and ACT drop-in-ceilings, other spaces may include fritz tile, wood, carpet and ceramic tile. Mechanical, electrical, plumbing fire protection and security system will be a part of the project. Two elevators will be provided to meet ADA requirements. Exterior site work will include new sidewalks, curb cuts, driveways, fencing, basketball courts, tennis courts, softball field, soccer field and pre-school play area. Landscaping work will include planting shrubs, small trees and provi ding grass/sod. New utility connections will be required to connect into city systems as a part of site work. Large Business Firms are required to submit a subcontracting plan with their proposals. The Following are the projected goals for this project 60% for small business concerns; 15% for small disadvantaged business concerns; 8% for women owned small busines s; 3% for HubZone small businesses; 3% for Veteran-Owned small business; and 3% for Service-Disabled Veteran-owned small business. In order to comply with the Debt Collection Improvement Act of 1996, effective March 31, 1998 all contractors must be regist ered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, Contact CCR Web site at http://www.acq.osd.mil/ec; (2) d ial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtain ed from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that a small disadvantaged business co ntacts their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contrac tors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet. The solicitation will not be issue d in paper. All responsible sources may submit a proposal, which shall be considered by the agency. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the bidders/Offerors mailing lists by going to the web site: https://ebs.nab.usace.army-mil ?Issuance on or about 3 September 2002, proposals due on or about 3 October 2002.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00129524-W 20020802/020731213803 (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 |