Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

Y -- Breaching Assault Test and Training (BATT) Facility, Edgewood Area, Aberdeen Proving Ground, Maryland

Notice Date
1/22/2003
 
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
DACA31-03-R-0016
 
Archive Date
5/12/2003
 
Point of Contact
Theresa Quick, (410)962-2708
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(theresa.s.quick@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This proposed procurement is Unrestricted, SIC 1629 and the NAICS is 236210 with a size standard of $28,500,000.00. Breaching Assault Test and Training (BATT) Facility, Edgewood Area, Aberdeen Proving ground, Maryland is being advertised as a Request for Proposal (RFP). This 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 $1,000,000.00 and $5,000,000.00. Completion of work required by no later than 365 calendar days. Project includes use of brand name items from Johnson Controls. Work under this project consists of the construction of a new facility and renovate existing facilities located at the 77 acre C Field Range on the Edgewood Area of Aberdeen Proving Ground. Significant major project features are the renovation of two (2) buildings and five (5) ammunition magazi nes, improve existing roads, utilities, storm water and fire protection piping, construct a helicopter landing pad, three (3) observation bunkers, two (2) firing positions, a fuel storage containment pad, an impact berm, security fence and a target storage yard. Mitigation of asbestos and lead paint will be required. The project site is an active range and will require UXO detection and removal during excavation. Large Business Firms are required to submit a subcontracting plan with their proposals. The Small Business subcontracting goal for this procurement is 60% of the total subcontracted dollar value. Of that 60%, 15% should be placed with Small Disadvantaged Businesses, 8% with Women Owned Small Businesses, 3% with HUB Zone Businesses, 3% with Vete ran Owned Small Businesses and 3% with Disabled Veteran Owned Small Businesses. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered 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 (1) CCR Web site at http://www.ccr.gov; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) thro ugh 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 obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB c redit when utilizing non-certified SDB contractors/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 only. This solicitation will not be issued 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 is estimated to be on or about 11 February 2003 with the proposals due on or about 13 March 2003.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00244711-W 20030124/030122213619 (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.