Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2005 FBO #1410
SOLICITATION NOTICE

Y -- DESIGHN AND CONSTRUCT CONSOLIDATED FITNESS CENTER FACILITY, VANDENBERG AIR FORCE BASE, CA.

Notice Date
10/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-06-R-0002
 
Response Due
11/30/2005
 
Archive Date
1/29/2006
 
Small Business Set-Aside
N/A
 
Description
Issue date: 20 Oct 2005 Closing Date: 30 Nov 2005 RFP No.: W912PL-06-R-0002 Y-Consolidated Fitness Center Facility, Vandenberg Air Force Base, California. This is an UNRESTRICTED procurement; all responsible sources may submit an offer. When applicable, the Price Evaluation Preference for HUBZone Small Business Concerns will be applied to this procurement. Reference FAR Clause No. 52.219-4, entitled Price Evaluation Preference for HUBZone Small Business Concerns. Design and construct a new consolidated Fitness Center Facility at Vandenberg AFB, CA. The project is for a single 65,347 square foot building designed as an integrated structure that consists of a lobby, administrative support areas, gymnasium, group exe rcise, cardiovascular and aerobic training exercise areas, lap pool, training/weightlifting area, sauna, locker/shower rooms, office areas, laundry/storage, indoor running track, and health and wellness center. Interior construction will be gypsum board d ry wall, CMU wall, and acoustical ceilings. The facility will have load bearing walls and pilasters with split face concrete masonry exterior and low slop single ply roof. The North American Industry Classification System (NAICS) code is 23499, All Other Heavy Construction, $28,500,000 average annual gross revenue for the last three (3) fiscal years. Estimated Cost of the project is $16,000,000.00. The acquisition method i s negotiated procurement. Both a technical and a price proposal will be required. The basis for award is Best Value, Tradeoff.. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to award to a superior of feror which in not the lowest priced offer but which is significantly more technically advantageous than the lowest offer so as to justify payment of a higher price. It is the Governments intent to award based on initial offers without discussions. The o fferor chosen will complete the design and construct the facility. Evaluation factors may consist of the following: Past Performance on projects of similar nature; Specialized Experience; Key Personnel, including AE and Construction members; Project Man agement Plan and Small Business Utilization Opportunities. The aforementioned evaluation factors may not be all inclusive. The Government intends to issue this solicitation through the use of the Internet. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Facsimile or Paper) will be provided unless the Governme nt determines that it is necessary. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Inter net after solicitation issuance are the following Internet address; http://ebs.spl.usace.army.mil. All bidders are required to check the Los Angeles District Contracting Division website daily to be notified on any changes to this solicitation. All contr actors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil to view other business opportunities across the Army. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: www.ccr.gov. Any prospective bidder interested in bidding on this solicitation must be registered to be placed on the Plan Holders List. If you are not registered, the United States Government is not responsible for providing you with notification of any changes to this solicitation. Bidders shall register themselves on the Internet. Each bidder, after registering for this solicitation should verify that his or her name appears on the Plan Holders List for the project. Please note that there are special instructions pertaining to hand delivered bids. These spec ial instructions will be available in Section 00100 of the advertised solicitation. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the bidder is a large business, they will be required to submit a sub-contracting plan as part of their proposal package. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 62% with small business, 10% with small disadvantaged business, 10% with woman owned small bus iness, 3% with veteran owned small business, 3% with severe disabled veteran owned small business and 3% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the max imum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US <SOURCE>ftpArmy
 
Record
SN00909038-W 20051006/051004212122 (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.