SOLICITATION NOTICE
Y -- Design & Construction of a New 800-Member Armed Forces Reserve Center, Seagoville, Texas
- Notice Date
- 12/26/2006
- 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-07-R-0029
- Response Due
- 2/26/2007
- Archive Date
- 4/27/2007
- Small Business Set-Aside
- N/A
- Description
- Design and Construction of a new 800 member Armed Forces Reserve Center consisting of an approximately 60,846 SF Training Center building, an approximately 26,083 SF Heated Storage building, and an approximately 16,942 SF Organizational Maintenance S hop and Unheated Storage building (UHS), located at Seagoville, Texas, south of Dallas, Texas.?All buildings will be permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, an automatic fire sprinkler sys tem, HVAC, electrical and communications systems.?Wall and roof systems defined in the proposal must meet the minimum acceptable requirements of this RFP.?Supporting facilities include site preparation, extension of electrical service, water, sewer, storm drainage, and gas to serve the project, paving, walks, curbs and gutters, fencing, landscaping, and anti-terrorism force protection measures.? Furniture will be purchased by other contracts.? The Training Center Building houses offices, classrooms, an Asse mbly Hall, kitchen, toilet rooms, showers, locker rooms, and electrical and mechanical rooms.?The Heated Storage Building is a pre-engineered metal building with caged storage areas, arms vaults, toilet rooms, and a weapons simulation classroom.? The OMS/U nheated Storage Building houses offices, a classroom, showers, locker rooms, vehicle maintenance bays, parts and tool storage rooms, flammable and control waste storage rooms, and unheated storage areas with wire mesh partitions, and mechanical and electri cal rooms.? Meeting sustainable design goals is a part of the work.?This solicitation also contains one option item - paving the Military Equipment Parking lot with concrete. This project is scheduled for award in March 2007.?The estimated price range is b etween $10,000,000 and $25,000,000. A construction cost limitation will be provided with the technical requirements package. This solicitation is a Request for Proposal (RFP). Proposals received in response to this solicitation will be evaluated for Best V alue to the Government in accordance with the following criteria listed in descending order of importance: Experience (Prime Contractor and Design Team); Past Performance (Prime Contractor, Design Contractor, and Past Performance on Utilization of Small, S mall Disadvantaged, and Women-Owned Small Businesses); Technical Proposal Information (Renderings, Design Drawings, and Design Narrative); Management Plan; Subcontracting Narrative; Pro Forma Information (Subcontracting Plan, Financial, and Bonding), and P rice. Items identified as preferred in the solicitation will be considered more favorably during the evaluation process, provided they are included within the contract cost limitation identified in the solicitation. All evaluation factors, other than cost or price, when combined, are equal to cost or price. NAICS 236220. Contract duration is 540 days. This is an UNRESTRICTED procurement. Size Standard is $31.0M. Approximate issue date is January 11, 2007 and approximate due date for proposals is February 26 , 2007 at 4:00 p.m. Louisville Time. This project is scheduled for award in March 2007. Project documents will be web only. Downloads are available only through the Federal Technical Data Solutions (FedTeds) website at www.fedteds.gov. This announcement s erves as the advance notice for this project. Amendments will be available from the FedTeDs website by download only. Questions may be addressed to Tom Dickert at tom.e.dickert@lrl02.usace.army.mil. NOTE: It is the intent of this solicitation to provide maximum practicable opportunities to participate as subcontractors in the contract awarded under this solicitation to U.S. Small Businesses (SB), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA HUBZone certified Small Businesses, SBA certified Small Disadvantaged Businesses (SDB), and Woman-Owned Small Businesses (WOSB) concerns. There is a requirement that no less than 20%, with a desired target objective of 25%, of the total value of the contract is performed by U.S. Small Businesses as first tier subcontractors.
- 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
- Zip Code: 40202-2230
- Record
- SN01202660-W 20061228/061226220544 (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 |