Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

Y -- Construct Ordinance Testing Area Office Building

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest Detachment Crane, NSA, 300 Highway 361 B-2516, Crane, IN, 47522-5082
 
ZIP Code
47522-5082
 
Solicitation Number
N40083-06-R-4590
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
N40083-06-R-4590, CONSTRUCT ORDINANCE TESTING AREA OFFICE BUILDING AT THE NAVAL SUPPORT ACTIVITY CRANE, CRANE INDIANA This RFP will be released via the Internet. All prospective offerors and plan rooms must be registered on the website. This RFP will be available for viewing and downloading at http://www.esol.navfac.navy.mil. The official planholders list will be maintained and can be printed from the website only. Amendments will be posted on the website for downloading. This will normally be the only method of distributing amendments, therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS RFP. All contractual and technical questions must be submitted to Annette Taylor via e-mail to: annette.taylor@navy.mil. The solicitation will be issued as a request for proposal to provide all labor, materials, and equipment, this work includes, but is not limited to, the demolition of the existing Ordinance Testing Area Office and the construction of a new one-story, approx. 2,000 sf office building, selective site demolition, site grading and utilities removal along with new sidewalks, paving and a 9 car parking lot. New building shall be concrete slab and foundations, steel supported metal stud framed with standing seam metal roof, split-face concrete masonry units veneer and pre-finished metal gutters and downspouts. Interior finishes include painted gypsum board on metal studs, suspended acoustical ceiling tile, resilient flooring, carpet, and ceramic tile, including wardrobe lockers, millwork and incidental related items, complete and ready for use. The project shall be completed in 180 calendar days from date of award of contract. This will be a lump sum contract awarded on a firm fixed-price basis. The Government will award a contract resulting from this solicitation whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Technical and price factors will be equal in significance. Contractors are expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract has been awarded. The solicitation for the acquisition is formatted as a Request for Proposal (RFP) in accordance with the requirements designated by FAR Sections 15.203 and Naval Facilities Engineering Command Acquisition Supplement (NFAS) for a negotiated procurement. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides best value to the Government. This proposed contract will be issued as a HubZone Set-Aside. The North American Industrial Classification System (NAICS) code is 236210 Industrial Building Construction. The Small Business Size Standard is $31 Million. Approximate release date is Monday, August 21, 2006 with proposals due no earlier than 30 calendar days after the actual release date.
 
Place of Performance
Address: 300 Highway 361 B-2516, Crane IN
Zip Code: 47522
Country: UNITED STATES
 
Record
SN01109401-W 20060810/060808221919 (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.