Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
MODIFICATION

Y -- Corrosion Control De-Paint/Paint Facilities - Robins AFB, Georgia

Notice Date
3/13/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0025
 
Response Due
4/2/2003
 
Archive Date
6/1/2003
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The following replaces previous synopsis: NOTE: Any prospective offeror interested in obtaining plans and specifications for this solicitation must download them from our website at http://ebs.sas.usace.army.mil/ Paper copies of this solicitation will not be available. Description of Work: Thi s solicitation is for the design, permitting, site preparation and construction of a corrosion control de-paint facility (9,850 SM total) with high bay (8,650 SM) and administrative space (1,200 SM). Facility will be a single-bay structure, reinforced conc rete slab and steel/masonry walls. Project includes aircraft access pavements, shoulders, vehicle parking, utilities, industrial waste pre-treatment, fire suppression system, uniform cross flow ventilation system and all necessary support. Work also inclu des demolition of building 55 (approx. 3,530 SM), building 51 (approx. 195 SM), relocation of building 60 (approx. 390 SM) and renovation of building 44. At the present time solicitation anticipates containing three (3) optional items. Optional Item 1 - De-paint Equipment; Optional Item 2 - Design, permitting, site preparation and construction of a corrosion control paint facility (9,850 SM total) with high bay (8,650 SM) and administrative space (1,200 SM). Facility will be a single-bay structure, rei nforced concrete slab and steel/masonry walls. Project includes aircraft access pavements, shoulders, vehicle parking, utilities, industrial waste pre-treatment, fire suppression system, uniform cross flow ventilation system and all necessary support. Wor k includes demolition of building 56 (approx. 974 SM) and 53 (approx. 231 SM) and building 52 (approx. 19 SM). Optional Item 3 - Paint Equipment. This project shall be designed by registered architects and engineers employed by or subcontracted by th e successful contractor. This project will be procured using the two-phase design-build selection procedures set forth in FAR 36.3. Not more than three offerors will be invited to participate in Phase II. The Government anticipates that the Phase II docum ents will be issued on or about 18 April 03. Proposals shall include sufficient detailed information to allow a complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. A stipend of $90K each will be offered to the two proposers that complete phase II, but do not receive the construction contract. Phase I Factors Factor 1-1 - Past Performance Factor 1-2 - Technical Approach Narrat ive Factor 1-3 - Relevant Design-Build Experience. Phase II Factors: Factor 2-1 - Building Function and Aesthetics Factor 2-2 - Building Systems Factor 2-3 - Site Design Considerations Factor 2-4 - Equipment Factor 2-5 - Management Plans and Schedules The estimated cost of the project is between $25,000,000.00 and $100,000,000.00. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. This solicitation i s available on the Internet at http://ebs.sas.usace.army.mil/. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor's responsibility to check the Inte rnet as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Mary Corbin, Contract Specialist, e-mail: mary.m.corbin@sas02.usace.army.mil.
 
Record
SN00278913-W 20030315/030313213800 (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.