Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2005 FBO #1257
SOLICITATION NOTICE

Y -- Barracks Complex Phase I, Fort Myer, Virginia

Notice Date
5/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0052
 
Response Due
6/17/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is UNRESTRICTED, NAICS code is 236116 with a size standard of $28,500,000.00. Barracks Complex Phase I at Fort Myer, Virginia is being advertised as a Request for Proposal (RFP). This request for proposal requires the subm ittal of separate technical and cost proposals to be evaluated based on Best Value (Trade Off) for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. All responsible sourc es may submit a bid, which shall be considered by the agency. Estimated cost of construction is between $25,000,000.00 and $100,000,000.00. Completion of work is required no later than 585 calendar days after Notice to Proceed. Work consists of the cons truction of two unaccompanied enlisted personnel housing (UEPH) buildings, a Consolidated Operations Facility (COF) and a chiller plant addition. It also includes all associated site work, utilities and the demolition of three existing buildings located a long Sheridan Avenue. The new Barracks facilities shall provide housing for four hundred twenty (420)-enlisted personnel. The Barrack facilities are planned as two separate, three story, concrete frame structures, each housing two hundred ten (210) person nel (~99,000 SF ea.). Overall footprint of the barrack buildings is a U shape. Each facility will have a partial basement that will be utilized for mechanical and electrical equipment. The project site is approximately 6.5 acres located on Sheridan Ave nue near the Parade Ground. Siting of new facilities on the site is restricted with tight restraints involving existing buildings. The Consolidated Operations Facility (COF) shall consist of administrative, training classrooms, and supply areas for each company, with support spaces, arms vault, and a common locker/shower facilities. The design is a two-story concrete frame structure, with a full basement used for (~59,000 SF) locker rooms, storage and mechanical space. The facility is required to provid e full ADA compliance, including an elevator. The existing barracks buildings 402 and 403, and building 412 will be demolished to provide a site for new construction. Building 402 and 403 are five-story masonry load bearing structures, with structural co ncrete floor slabs. Building 412 is a small brick administration building with a total area of 2,721 square feet. A total of 296,822 S.F. will be demolished. There is a dense grid of utilities that occupy the site including water, gas, steam, sanitary, s torm drain, electric, cable and telephone/fiber optic ductbank. The project includes the construction of new utilities, and the removal and/or relocation of existing utilities on the site. A new underground chiller plant (650 tons) adjacent to the existi ng chiller plant (Building 252) will also be provided to house new cooling towers and other equipment for this and future phases of the Barracks Complex project. There is an existing main thoroughfare (Gorgas Street) through the center of the site that co nnects McNair and Sheridan Avenues. A new road will be constructed between McNair Road and Sheridan Avenue as part of the Barracks Complex Phase I. A new pedestrian spline will be constructed that will connect the historic district with the south end of the post. Large Business Firms are required to submit a subcontracting plan with their proposals. The Small Business subcontracting goals for this procurement is 65% of the total subcontracting dollar value. Of that 65%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small Businesses, 3% with HUB Zone Small Business, 3% with Veteran Owned Small Businesses and 3% with Disabled Veteran Owned Small Businesses. In order to comply with the Debt Collection Improvement Act of 19 96, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB cont ractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet only. This solicitation will not be issued in paper. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing lists by going to the web site: https://ebs.nab.usace.army.mil  Issuance on or about 18 May 2005, Proposals due on or about 17 June 2005.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00800930-W 20050506/050504212245 (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.