Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOLICITATION NOTICE

Y -- Construction of an Armed Forces Reserve Center, Fort Totten, NY

Notice Date
7/17/2006
 
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-06-R-0075
 
Response Due
8/31/2006
 
Archive Date
10/30/2006
 
Small Business Set-Aside
N/A
 
Description
This project is to Design and construct an Army Reserve Center (ARC). Primary facilities include an Armed Forces Reserve Center, organizational vehicle parking and building information systems. The building is a 75,724 SF two story building with ba sement (three levels). Supporting facilities include paving, fencing, general site improvements, extension of utilities and storm water management. Connection is to be provided to the fire detection and alarm system and building information systems. The POV paving includes 6,398 SY of parking adjacent to the Center and 6,650 SY of MEP in a nearby location. Accessibility for the disabled will be provided. Building components must be chosen from the following facades and roof types. Facades in order of preference: a. Exterior cavity wall of masonry veneer, air space, insulation, and either CMU, tilt-up or pre-cast backup. Exterior wall may be load bearing. Brick veneer is preferable to other masonry finishes. b. Metal panel/steel stud backup exterior wall. c. Tilt-up or pre-cast concrete panel exterior wall with no separate wythe of brick veneer. Exterior wall may be load bearing. Exterior face of concrete panels may be cast-in thin brick (preferred) or other treatment. d. Exterior cavity wall of m asonry veneer, air space, insulation, and either CMU, tilt-up or pre-cast backup. Exterior wall may be load bearing. Brick veneer is preferable to other masonry finishes. e. Exterior wall of metal panel veneer and either CMU, tilt-up or pre-cast backup. Exterior wall of masonry veneer and steel stud backup. Brick veneer is preferable to other masonry. f.. Metal panel/steel stud backup exterior wall. g. Tilt-up or pre-cast concrete panel exterior wall with no separate wythe of brick veneer. Exterior wall may be load bearing. Exterior face of concrete panels may be cast-in thin brick (preferred) or other treatment. h. Pre-engineered steel building with masonry or steel skin. (least preferred). Roofs types: a. Sloped standing seam metal roofing  hig hly preferred. b. Sloped 50-year asphalt shingle  preferred c. Low sloped single ply EPDM membrane d. Low sloped modified bitumen. Force protection measures shall be incorporated into the design, including maximum standoff distance from roads, parking a reas and vehicle unloading areas. Berms, heavy landscaping and bollards will be used to prevent access when standoff distances cannot be maintained. The building is a Gold Rated Design. The contractor shall use all features, indicated in her proposal to achieve the Gold Spirit Rating. The project is located at Fort Totten, Queens, New York, New York. Furniture will be purchased by other contract. This solicitation may also contain option items to be determined at a later date. The estimated cost range is between $10,000,000.00 and $25,000,000.00. This solicitation is Phase 1 of a 2-Phase Design/Build Technical Tradeoff process. This process requires potential offerors to submit their performance and capability information initially for review and consid eration by the Government. Following the review, evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five highest rated offerors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated and rated by the Government. The final evaluation rating used for comparison, selection and award will reflect both the rating receive d in Phase 1 and the evaluation rating received in Phase 2. A construction cost limitation will be provided with the Phase 2 technical requirements package. Contract duration is 720 calendar days. The NAICS Code for this procurement is 236220. The proposal process for this 2 Phase procurement consists of the following: The Phase 1 Proposal: Experience of the Prime Contractor and Design Contractor; Technical Appro ach; Past Performance of the Prime Contractor and Design Contractor; Past Performance on Utilization of Small, Small Disadvantaged and Women-Owned Businesses; and Pro Forma Requirements. The Phase 2 Proposal: Technical Proposal Information; Managememt; Cos t Proposal; and Pro Forma Requirements. A pre-proposal conference/site visit date is to be determined. Project documents will be available o/a August 1, 2006 by web only. The proposal due date is August 31, 2006 at 2:00 PM local time. Requesting the CD fo r this project requires registration at the Federal Technical Data Solutions (FedTeDS) website at http://www.fedteds.gov. Downloads are available only through the FedTeDS website. This announcement serves as the advance notice for this project. Amendments will be available from the FedTeDS website by download only. Note: This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.1307(b), this project requires the HubZone 10% price evaluation preference. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JUL-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
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
SN01092074-W 20060720/060718221957 (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.