Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2005 FBO #1475
SOLICITATION NOTICE

Y -- CA-ARNG Readiness Center, Roseville, California

Notice Date
12/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-R-0006
 
Response Due
2/16/2006
 
Archive Date
4/17/2006
 
Small Business Set-Aside
8a Competitive
 
Description
PROJECT TITLE: CA-ARNG Readiness Center LOCATION: Roseville, California This Procurement will be conducted under FSC CODE: Y199, SIC CODE: 1542, NAICS Code: 236220. The size standard for this code is $28,500,000. All questions should be directed to the Contracting Specialist, Cheryl Gannaway, at (916) 557-6933, FAX: No.: (91 6) 557-5278, e-mail Cheryl.Y.Gannaway@usace.army.mil. Information about the time and location of the pre-proposal conference will be found in Section 00100 of the specifications. TYPE OF AWARD: This RFP is Section 8(a) Competitive. This project is limited to Contractors whose approved Business Plan is on file with the SBA Fresno, Sacramento or San Francisco District Offices. ALL OTHER FIRMS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS . JOB DESCRIPTION: This project will alter a single unit readiness center (Bldg 1: Armory), constructed in 1963, and construct two additional buildings (Bldg 2: Administration/Office; Bldg 3: Maintenance/Storage) to accommodate new units and requirements. The State land offe red (~6 acres) is located in an existing developed area of Roseville, CA (existing Armory) adjacent to the Placer County fairgrounds. The Bldg 1 work includes: (a) migration of office and storage functions while maintaining existing wall locations; (b) demolition of existing window A/C units and replacement with split system A/C units; (c) removal of an existing small kitchen and interna l addition of a new, larger kitchen; (d) full ADA compliant renovation for existing Men's and new Women's Restrooms; (e) addition of storage areas throughout the building. The total area affected is approximately 16,144 SF. The Bldg 2 work includes the new construction of approximately 12,205 SF of office and administrative space. It will be a single story braced frame structure with exterior walls composed of a CMU base, metal panel cladding, tilt-up concrete and clear-story glazing. The roof will consist of a low slope torched SBS system and a standing seam metal panel system popped-up above an open office area. The HVAC system shall consist of high-efficiency packaged rooftop variable air volume units with outside air econo mizers, variable speed drives, electric cooling and gas-fired heating for morning warm-up. Fire protection shall include a sprinkler system and detection/alarm system. The Bldg 3 work includes the new construction of approximately 2,435 SF of a Maintenance Training Workbay, Unheated Storage, Controlled Waste Handling and Flammable Materials Storage. It will be a pre-engineered type structure with exterior walls composed of metal panel cladding and a standing seam metal panel roof system. Outside supporting facilities include military and privately-owned vehicle parking, fencing, sidewalks, outside lighting, access roads, and detached facility sign. Physical security measures will be incorporated into the design including maximum feasible s tandoff distance from roads, parking areas, and vehicle unloading areas. Project includes the following Option Items: GOV Parking, Modified Resin; Kitchen Equipment; Replacement Windows, Building 1; Front Gate, Automatic; Caging and Shelving; Benches/Lockers @ Locker Room; Benches/Lockers @ Shower Room; Carpeting; Maintenan ce Building, Bldg #3; Kitchen Equipment Items 44, 52, 53; POV Asphalt Paving All PROPOSALS are due in not later than 16 FEB 2006/3:00 pm PST. The acquisition method is negotiated procurement. A technical and price proposal will be required. Evaluation by the Government will result in selection of a firm that represents the best v alue to the Government. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation for this project will be available on the Sacramento District Contracting Divisions Internet Home Page at http://ebs.spk.u sace.army.mil/ for downloading. Any future amendments to the solicitation will also be available for download from this web site. Requests for copies of this solicitation in any other format than what is advertised will be disregarded. It is important t hat you first go to this web site and under contracting division home page, click on the advertised solicitation you are interested in. Go to plan holders registration. This will require you to establish a user name and password. Keep the user name and password and share it with anyone else in your organization that is responsible for registering your firm on plan holders lists. With this system you only have to do the full registration one time. If you have your user name and password, you can always go back into the system and register for other jobs without having to go through the entire registration process. However, you can only do this by using your initial user name and password. In order to receive notification of any amendments to the solici tation you are required to register for the plan holders list. Please complete all requested information. The solicitation will be available for download on or about 23 DEC 2005. To download the solicitation, you need to go to the Sacramento District C ontracting Divisions Internet Home Page at http://ebs.spk.usace.army.mil/. From there click on SACRAMENTO District, then it will take you to list of advertised solicitations and then from there click on the desired solicitation number. And at the bottom of this page, there is a bar that says download/view solicitation files. Select plans or specs from the drop down box and press go button. This will take you to the next page, then from there click on the file name and download. All responsible sources may submit an offer, which will be considered by the agency. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) Database, effective 31 May 1998. For instructions on registering with the CCR, please see our Web Page. See Note #9
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00948324-W 20051210/051208212508 (fbodaily.com)
 
Source
FedBizOpps 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.