Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2004 FBO #0936
SOLICITATION NOTICE

Y -- Construction of an 1,800 member US Army Reserve Center, Organizational Maintenance Shop (OMS), Unit Storage Building, and Unheated Storage Building at Fort Meade, Maryland

Notice Date
6/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-04-R-0030
 
Response Due
8/5/2004
 
Archive Date
10/4/2004
 
Point of Contact
Kim McKnight, (502) 315-6186
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(kim.j.mcknight@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction of an 1,800 member US Army Reserve Center, Organizational Maintenance Shop (OMS), Unit Storage Building, and Unheated Storage Building at Fort Meade, Maryland. This construction contract will include two separate FY 04 and FY 05 project s. The FY 04 work is denoted as Phase 1 and the FY 05 work is denoted as Phase 2. Phase 1 consists of a 58,010 sf Training Building, a 38,643 sf Maintenance Building, and a 9,351 sf Unheated Storage Building. Phase 2 will consist of a 109,464 sf Trainin g Building with its utility connections. Phase II will be an option to the basic Phase I contract. Supporting facilities are all in Phase 1 and include telecommunications, utilities, site improvements and minor demolition. The contractor shall, under this contract, for a period of 5 years after the construction is accepted, maintain the facilities systems of the project; perform systematic preventative maintenance, provide for continuous commissioning of critical systems, an d perform unscheduled maintenance as necessary to assure the continuous facility operations, and prevent premature equipment failure or deterioration of facility, facility systems and equipment. Items Not included as the responsiblity of the contractor ar e: Landscape Maintenance, Grass Cutting and Snow Removal, Normal custodial work (cleaning services, restocking consumable supplies, office and shop routine trash removal, etc), Repair or maintenance of non-contractor supplied materials and equipment (furn iture, PE equipment, shop equipment, military equipment, etc), Routine emptying of oil water separator and grease traps, or Government security systems. A total of approximately 41,600 sy of POV parking, 17,750 sy of MEP parking, and 5,750 sy of new access road will be provided. The Unit Storage Building will be a single story steel framed structure with cmu infill, with cut stone veneer, brick veneer, sc ulpted slate brick accents, aluminum windows with insulated glazing and a standing seam metal roof. The OMS building will match the Unit Storage Building using cut stone veneer, brick veneer, sculpted slate brick accents, aluminum windows with insulated g lazing, and a standing seam metal roof. The UHS building is a pre-engineered metal building with a concrete floor slab, metal wall, and roof panels. The Training Building will be a two-story building with an attached one and one-half story assembly hall. The exterior of the new facility will be of the same type construction as the Unit Storage Building and the OMS Building. HVAC and gas-fired hot water boilers will be provided. An energy management system (DDC type) will also be provided. This solicitation is a Request for Proposal (RFP). The RFP will include 100% design drawings and specifications. Proposals received in response to this solicitation will be evaluated for best value to the Government in accordance with the following criter ia listed in descending order of importance: Prime Contractor Experience; Prime Contractor Past Performance; Five Year Facility Maintenance Plan; Key Subcontractor (Masonry, Roofing, Mechanical, Electrical) Experience; Key Subcontractor (Masonry, Roofing, Mechanical, Electrical) Past Performance; Key Personnel; Small Business Issues; Self-Performed Work; and Price. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. This project will be available for fu ll an open competition, has a NAICS code of 236220 and is subject to the HUBZone Price Evaluation Preference. The price range is $25,000,000 to $100,000,000. This project will be available on CD and by downloading from the Internet on or about 06 July 200 4. Project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using Source View Reader. Both readers are contained in the solicitation package. Minimum system requirements are: 486-based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM, 4 MB hard disk space, and compact disk drive. To request the CD for this project and to register as a plan holder go to District web site http://www.lrl.usace.army.mil and click on Solicitations. FTP access is through ftp://ebs.lrl.usace.army.mil/ebs/. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONL Y.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00605523-W 20040619/040617212314 (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.