Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2003 FBO #0691
SOLICITATION NOTICE

Z -- Critical Project Security Program, Missouri River Projects, Fort Peck Dam, MT; Garrison Dam, ND; Oahe Dam, SD; Fort Randall Dam, SD.

Notice Date
10/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-04-R-0001
 
Response Due
12/14/2003
 
Archive Date
2/12/2004
 
Point of Contact
Janice Cook, 402/221-4118
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(jan.m.cook@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 12 November 2003, this office will issue Request for Proposal for the design, furnish and install of Critical Project Security Program, Missouri River Projects, Fort Peck Dam, MT; Garrison Dam, ND; Oahe Dam, SD; Fort Randall Dam, SD. Proposals will be due on or about 14 December 2003. This solicitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact Dwight Pochant, Ellsworth AFB Resident Office, US Army Corps of Engineers, PO Box 669, Box Elder, SD 57719 Phone Number:(605) 923-2983 A pre-proposal conference will be held at Oahe Dam, SD. Separate site visits for each Fort Peck, Garrison, Oahe and Fort Randall must be coordinated with the above Corps of Engineers Resident Office. Pre-proposal conference and site visits will be conduc ted during December 2003. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See 'Ordering' below. The work will include the following: (Approx. quantities) A security improvement contract to Design/Furnish/Install/Construct Security Systems and Related Real Property Reinforcements for Missouri River Projects at the above locations. The scope of work includes the following elements: Security engineering surv eys, design, and construction. Security engineering includes protection against a variety of criminal and terrorist threats including, but not limited to, forced entry; covert entry; ballistics; explosions; and chemical, biological, or radiological weapon s. Security engineering surveys consist of reviewing aggressor threats, tactics, tools, and weapons; and, developing protective measures to achieve desired level of protection. Security engineering design includes development and preparation of final pla ns and specifications suitable for constructing the required protective measures. Security engineering design is also required during construction for integration of electronic security systems. Construction consists of constructing perimeter boundary sy stems including vehicle resistant cabled fences with fiber optic sensors, vehicle resistant gates, bollards, locks, doors, windows, CCTV PTZ cameras, sensors, lighting, intrusion detection systems, access controls; and interfacing new electronic security s ystems into existing control systems. Work shall include all security system hardware and software for complete operating systems at each of the project locations capable of supporting future remote control center. The security system shall include local operating and control consoles with keyboards, monitors and related switched, storage devices and communications cabling and work shall be installed by tradesmen for a complete functionally integrated security system at each project location. The estimated cost for design, furnish and install this project is between $10,000,000 and $15,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting proposals for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of En gineers considers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars*. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 540 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the s urety. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the 'Solicitation Registration' section of the synopsis and click on the li nk for 'Registering'. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions rega rding the ordering of the same should be made to: 402 221 4118. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 2 21 - 4477 or Specification Section at: (402) 221 4411. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 106 South 15th Street Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00453972-W 20031019/031017213201 (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.