Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2003 FBO #0719
SOLICITATION NOTICE

Z -- Addition Alteration of USAF Hospital, USAF Academy, Colorado

Notice Date
11/14/2003
 
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-0003
 
Response Due
1/15/2004
 
Archive Date
3/15/2004
 
Point of Contact
Melvin Vogt, 402-221-4298
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Mel.E.Vogt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about December 15, 2003, this office will issue Request for Proposals for the construction of ADAL USAF HOSPITAL at the AIR FORCE ACADEMY COLORADO. The solicitation will close on or about 30 days from date of issuance or on or about 15 Jan 2004. This solicitation is UNRESTRICTED, FULL AND OPEN COMPETITION, Open to Large and Small Businesses A pre-proposal conference/site visit is tentatively scheduled on 29 December 2003 (subject to change) at the proposed Construction Site at 9:00 a.m. (local time). All contractors must contact the Corps of Engineers USAF Academy Resident Office no later tha n 5 working days prior to the site visit date so that arrangements can be made with the Security Police to allow the entry of Contractors onto the Academy. The Point of Contact at the Resident Office is Tele:(719) 333-2973, Fax:(719) 333-2979. Contractors must provide a fax with the following information to the Resident Office for all visitors attending: 1) Name of Contractor or Firm Represented 2) Visitor Name 3) Visitor Social Security Number 4) Visitor Date of Birth and Place of Birth 5) Visitor Driver??????s License Number 6) Visitor Proof of Citizenship 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) This project will require extensive phasing operations. The contractor will be tasked with achieving most the work concurrently around hospital and medical personnel requiring uninterrupted operations. The work will include: Renovation of a parking area where Building 4106 currently is, site preparation for the additions, new storm sewer, sanitary sewer, new sidewalks and site stairs, re-routing of services as required and the demolition of Buildings 41 06 and 4100. The project will consist of additions for the MRI/CT, Eye Clinics, ENT, Ambulatory Surgery Unit and a courtyard in-fill. Structural systems will be slab on grade for the south addition and the courtyard in-fill addition and an elevated structural slab for the east addition. Roof is steel frame supported by steel columns. Steel beams are used to keep the system depth shallo w and to match existing roof heights. Except for the in-fill courtyard, new additions will be independent structures. Mechanical systems include some new and/or modifications to existing air side and water side systems. Expanding the current Direct Digital Control System is required. Mechanical systems equipment includes air handling units, ductwork systems, and exhaust fans, hot water piping, chilled water piping and pumps. The plumbing systems will consist of cold water, domestic hot water, re-circulating water, waste and vent and storm piping. Piping material will be copper with solder joints (smaller pipe sizes) and black steel with welded or flanged joints or copper with solder joints (larger pipe sizes). Medical gases will be provided to areas as required. The new addition and all altered spaces will be sprinklered with a wet pipe sprinkler system as required by MIL-HDBK-1008C and in conformance with NFPA 13 and NFPA 101. The water supply shall have increased pressure for fire suppression systems with a new standpipe system added throughout the hospital. The existing Essential Power System will be adequate for the Addition/Renovation. An existing tunnel will be used to route new power and communications feeders from the Basement to the new CT and MRI addition. Efficient lighting systems and fixtures are required. New additions will incorporate a lightning protection system. The communications infrastructure for the Hospital will consist of new and existing communications closets located throughout the facility. New closets will enclose the telephone backboards, data racks, nurse call panel, public address system amplifiers and fire alarm systems. All peripheral equipment (Speakers, voice/data jacks, etc.) will be served from each designated communications room. The estimated construction cost of this project is between $15,000,000 and $20,000,000. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids 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 Enginee rs considers the following goals reasonable and achievable for 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 receipt of a notice to proceed and complete the work within the time period submitted with the proposal. Provisions will be included for liquidated damages in case of failure to complet e 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 surety. 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 also view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/. Ordering from the Government of plans and specifications on CD-ROM shall be accomplished 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 link for ??????Registering??????. Complete all information requested, including optional information. 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/or any amendments posted on the web page. Questions regarding the ordering of the same should be made to: Mel Vogt at 402 221 4298. Telephone calls regarding Small Business matters should be made to: Huber J. Carter Jr., Deputy for Small Business at 402 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager Mr. Jay Hodges at: (402) 221-3986 or Specification Section Mr. Mike Pisci at: (402) 221 4413.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00470402-W 20031116/031114212322 (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.