Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2007 FBO #1976
SOLICITATION NOTICE

Y -- Forest Products Laboratory Modernization, Multi Use Laboratory located in Madison, Wisconsin.

Notice Date
4/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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-0043
 
Response Due
6/7/2007
 
Archive Date
8/6/2007
 
Small Business Set-Aside
N/A
 
Description
This construction project consists of the Multi Use Laboratory (MUL) building approximately 90,000 square foot shall include all site work in regards to rough grading and excavation, all foundations, all load bearing superstructure, all exterior wall s, all roofing, temporary electrical fee, temporary HVAC, and temporary lighting. Site work includes removal of brush, trees, and stumps demolition of existing curbs, concrete, and pavement; and removal and off site disposal of all debris generated. The MUL building substructure includes all work, materials, and equipment for both spread and continuous footings and foundation walls taking account of excavation, back fill and compaction including backfilling, and grading against the existing retaining wal l to the west of the proposed MUL building, forming, reinforcement typing and placement, and concrete placement, finishing, and curing. The elevator pit shall be constructed as well as the load bearing shear walls in the lower floor within the two story s tructure of the building. The MUL building superstructure includes all work, materials, and equipment for both structural steel and wood glulam structural framing taking account of columns, beams, joists, decking, anchors and fasteners, grout, and member connections. Roof decks for the entire MUL building shall be constructed. The floor deck and slab for the upper floor in the two story portion of the building shall be constructed consisting of all decking, forms, reinforcement, penetrations, and concret e placement, finishing, and curing. All CMU load bearing shear walls shall be constructed including the CMU, wall ties, reinforcement, mortar, and grouting. The interior steel stairs shall be constructed complete containing stringers, stairs, and all str uctural support and anchors. The MUL building exterior shall be constructed in entirety and incorporates the exterior skin, interior skin, roof, windows, shading structures, and exterior doors. The exterior skin consists of concrete panels, anchors, caul king and joints, vapor barriers and insulation. The interior skin shall include furring and gypsum plasterboard where indicated. Ventilation louvers shall be installed where indicated. Exterior windows, doors, jambs and frames, shades and fins, shall be installed with all required glazing, flashing, caulking and sealants, anchors, and hardware. All exterior doors shall include Master System, temporary construction locking hardware. The roof structure consists of a membrane roof with insulation, penetra tions, flashing and trim, and all gutters, downspouts, and splash blocks. Temprorary building utilities shall be provided including temporary electrical service, distribution, wiring and lighting; and temporary heating to keep the building above freezing incorporating heaters and fuel. Temporary saftey measures shall be installed to control the building to OSHA construction standards until further work is conducted. The site utilities, underground sewer within the building, building services utilities, d urability lab and wood preservation lab and conditioned storage are all OPTIONS. The estimated price range is between $10,000,000 and $25,000,000. This solicitation is for Best Value and the basis for award is the tradeoff process. Proposals will be eva luated by the government in accordance with the following criteria: experience, past performance, safety, schedule, and subcontracting narrative. The estimated issue date is 7 May 2007 with an approximate proposal due date of 7 June 2007. This is a full and open procurement; however in accordance with the Federal Acquisition Regulation 19.307 this project requires the HubZone 10% price evaluation preference. The NAICS code is 236210 and size standard is $31M. This project is available by download and b y CD. You MUST be registered on the site to be able to download the documents. The website is http://www.fedteds.gov. To be eligible for award a firm must be registered in the DOD Central Contractor Register (CCR) database via the CCR internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. This announcement serves as the advance notice for this pro ject. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville Project will be in Madison, WI 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01279452-W 20070425/070424014653 (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.