Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2005 FBO #1223
SOLICITATION NOTICE

Y -- DIGITAL MULTI-PURPOSE RANGE COMPLEX (DMPRC), PN 52842, FORT CARSON, COLORADO

Notice Date
3/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0006
 
Response Due
5/17/2005
 
Archive Date
7/16/2005
 
Small Business Set-Aside
N/A
 
Description
W9128F-05-R-0006 On or about 13 April 2005, this office will issue Request for Proposals for construction of the DIGITAL MULTI-PURPOSE RANGE COMPLEX (DMPRC), PN 52842, FORT CARSON, COLORADO. The solicitation will close on or about 17 May 2005. This solicitation is UNRESTRICTED, open to both large and small business participation. There will be a site visit on 28 April 2005 at 9:00 A.M. (local time). Contractors interested in inspecting the site of the proposed work should notify the Fort Carson Resident Office, Ft. Carson Resident Engineer, U.S. Army Corps of Engineers, Bldg 304, 5030 Tevis St., Fort Carson, CO 80913-4001, Telephone (719) 526-5448, FAX (719) 526-5365 no later than 26 April 2005. The Contractors will need to provide: names of persons attending along with name of company, phone and fax number. Contractors shall mee t at the Fort Carson Resident Office. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. Project Information: (In Approx. quantities) The work consists of demolition of existing targetry and firing positions on existing ranges; renovation of some existing targetry and firing positions on existing ranges; New target emplacements, battle positions and other improvem ents (60 Stationary Armored Targets, 315 Stationary Infantry Targets, 7 Moving Armored Targets, 45 Moving Infantry Targets, 6 Machine Gun/Observation Bunkers, 3 Breaching Obstacles, 6 Turret-down defilade battle positions, and 24 Hull-down defilade battl e positions, and berm construction for Target Emplacements; New Facilities include: Range Operation Center (40 x 50 CMU block w/ standing seam metal roof), After Action Review (AAR) Facility (48 X 54 CMU block w/ standing seam metal roof), Latrine for AAR Facility (CMU block w/ standing seam metal roof), Additional Parking for AAR Facility and Additional Ammo Loading Dock; 26 miles of overhead power line; and associated utility work to support new facilities. Proposal Evaluation: Award of this project will be based on the best value approach considering technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The technical evaluations factors include: C onstruction Experience; Past Performance, Construction; Key Construction Personnel Qualifications; Civil & Electrical Sub-Contractors Qualifications; Subcontractor Key Construction Personnel, and Utilization of Small Business Concerns. Price will be subj ectively evaluated considering Best Value and Realism. The estimated construction cost of this project is between $20,000,000 and $30,000,000. 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 2005: (a) Small Business: 50.9% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.2% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. (e) Hubzones: 2.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The awarded Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time proposed by him, but not to exceed 540 days after receipt of Notice to Proceed. Provisions of the solicitation and result ant contract will include an amount for liquidated damages in case of failure to complete the work within the time proposed in the Contractors proposal. 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 view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the advertisement period, update the information on the registration web site. Failure to provide the above information correctly and update any changes may cause a delay in receiving CD-ROM and amendments. Questi ons regarding the ordering should be to Cindy.M.Siford@usace.army.mil. Questions regarding Small Business matters should be made to: 402 221 4110. Questions regarding proposal documents (technical content) should be made to the Project Manager or Specific ation Section at: (719) 526-4052 or (402) 221 4547.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00779579-W 20050402/050331212246 (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.