Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2007 FBO #1972
SOLICITATION NOTICE

Y -- 2nd Expansion to USACIL, Fort Gillem, GA

Notice Date
4/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-07-R-0002
 
Response Due
4/20/2008
 
Archive Date
6/19/2008
 
Small Business Set-Aside
N/A
 
Description
Solicitation no. W912HN-07-R-0002, 2nd Expansion to USACIL, Fort Gillem, GA ***FSC: Y199 *** NAICS: 236220 For additional information or assistance, please contact Rosetta Brightwell, Contract Specialist, 912-652-5903 or via e-mail at rosetta.j.brightwell@sas02.usace.army.mil. Description of work: This solicitation is for the c onstruction of the 2nd addition to the USACIL. The facility will provide additional space for the latent prints lab, trace evidence testing lab, serology/DNA lab and other areas needed for operation and support of the expanded mission and growth in personn el. The construction site is located at the U. S. Army Criminal Investigation Laboratory located on Fort Gillem, Georgia. The project consists of construction of an addition of approximately 25,660 square feet; and 9,800 square feet alterations to the U. S. Army Criminal Laboratory facility currently under construction at Fort Gillem, Georgia. The building will be a combination of structural steel, aluminum storefront and brick veneer over CMU or steel studs. Roof will be both Built-up roof system and st anding seam metal system. Building systems to be provided include fire alarm systems, automatic building sprinklers, intrusion detection systems, energy monitoring and control systems (EMCS), mass notification, and force protection systems. Supporting fa cilities include electric service, water, sewer, and gas service; paving, walks, curbs and gutters; storm drainage; erosion control measures; information systems; and landscaping. The new addition will be constructed within the footprint of the project pr esently under construction and next to a facility (USACIL) that will be in full operation. The scope of work includes the construction of an attached single story addition to the existing U. S. Army Criminal Investigation Laboratory building and associated site work. In addition, the scope includes demolition and removal work related to connecting the new facility to the existing building, coordination of new work with on-going construction, and all incidental related work. Special conditions for this pro ject require the removal or alteration of existing work in such a manner as to prevent injury or damage to any portions of the existing work to remain. Contractor will also have to repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the completion of work, existing work shall be in a condition equal to that which existed before new work started. Contractor will schedule constructi on operations in sequence required to obtain the best results where installation of one part of the work depends on installation of other components, before or after its own installation. Contractor will make adequate provisions to accommodate items sched uled for later installation. Due to the limited space on-site, the contractor must coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including m echanical and electrical. The existing facility will remain in operation during the entire construction period. The Contractor shall conduct his operations so as to cause the least possible interference with normal operations of the CID Laboratory. Contr actor must provide dust covers or protective enclosures to protect existing work that remains and Government material located in the existing building during the construction period. Ensure that new utility lines are complete, except for the connection, b efore interrupting existing service. The project will be solicited and procured using a Performance Price Trade-Off (PPT) Request for Proposal (RFP) in accordance with FAR Part 15.101-1. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the b est value to the Government. Project will include optional Bid items. The estimated magnitude of this project is between $5,000,000 to $20,000,000. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the  Business Opportunity Development Reform Act of 1988. This solicitation will be issued in electronic format only and will be available on or about 11 May 2007. Any prospective Offeror interested in proposing for this solicitation may view and/or download this solicitation and all amendments from the internet site https://www.fedteds.gov/. Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution FedTeDS Homepage https://www.fedteds.gov/. Registration for plans and specifications should be made FedTeDS.gov Internet Homepage. When Solicitation documents have been issued and posted to FedTeDS, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS. The process to down load from FedTeDS will be provided with the link. Registration instructions can be found on the FedTeDS website (https://fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Regist ration Process option. Technical inquiries are to be submitted via the Bidder Inquiry in ProjNet at www.projnet.org\projnet.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01277146-W 20070421/070419221250 (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.