Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
MODIFICATION

Y -- Design-Build Ammunition Storage Facilities in the Fort Bliss Area, (McGregor Ammunition Supply Point New Mexico in Otero County.

Notice Date
8/1/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-07-R-0015
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice This solicitation is re-issued under Full and Open Competition for award of the Design-Build Ammunition Storage Facilities in the Fort Bliss Area, (McGregor Ammunition Supply Point) New Mexico in Otero County. FOR INFORMATION ONLY: This contract is required by the Army's initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program. The contract is required to support the restationing and transformation of a number of Brigade Combat Teams to include the restationing of a Division Headquarters and Sustainment Brigade to Fort Bliss, Texas. This project is required to store and maintain an increased inventory of ammunition, by kind and quantity, required by a different matrix of units to be stationed at Fort Bliss. SCOPE OF WORK: The work consists of the design/build of ammunition storage and support facilities. The facilities include 21 standard design ammunition bunkers, prefabricated metal storage buildings, prefabricated sentry station, an addition to an existing administration building, construction of salvage yard and safe haven extension, the installation of Intrusion Detection System, (IDS) and communication Systems. Supporting facilities include utilities; electrical service, lightning protection, water, sewer, gas, paving, curbs and gutters, storm drainage and Anti-terrorism/force protection measures to include perimeter security fencing, and lightning. Typical work for the Ammunition Storage facilities may include but is not limited to 1) planning, design, estimating, and construction 2) site planning and site verification 3) site engineering to include subsurface investigations, laboratory analysis, and final geotechnical report 4) pavement design 5) coordination with utility providers 6) acquiring all local, state and federal permits 7) sustainable design solutions to meet a minimum LEED Silver to support the MILCON program 8) site electrical systems 9) meetings and design review conferences 10) design configuration management 11) quality control systems 12) safety plans 13) environmental protection through the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resources, integrated pest management, post construction clean-up 14) traffic control plans 15) scheduling and phasing 16) preparation of design drawings on AutoCadd and Microstation 17) and development of as-built drawings and operation and maintenance manuals. CONTRACT INFORMATION: This solicitation will be evaluated utilizing best value acquisition procedures. The Government will evaluate the proposals in accordance with the criteria described in the solicitation and award a Contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical-design, performance capability and price proposals. The Design-Technical Proposal will be evaluated on a Go-No-Go basis. The following performance capability criteria listed below will be evaluated: 1) Organization-Business Management Plan 2) Past Performance 3) Specialized Experience 4) Key Project Personnel Capabilities and Experience 5) Key Subcontractors 6) Preliminary Schedule 7) Small Business Utilization Plan. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 Commercial Building Construction which corresponds t o SIC 1542. The Small Business Size Standard is $31 Million. The total estimated dollar value is estimated not to exceed $13.7M. The estimated duration of the contract award is 19 months after notice to proceed. NOTE: This solicitation /contract is subject to the New Mexico State Tax. NEW MEXICO GROSS RECEIPTS (NMGR) TAX- The Offeror should be aware that NMGR tax is applicable to this contract for Otero County (Location Code 15-015), The Gross Receipts Tax Rate is available from the New Mexico Taxatio and Revenue Department (505) 841-6200 or at web site http://ww.state.nm.us/tax/. The solicitation will be issued on or about 17 August 2007 under solicitation number W912HY-07-R-0015. Proposals are due on 17 Sep 2007. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. This solicitation is issued under Full and Open Competition. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractor's responsibility to check the following address daily for any posted changes to this solicitation. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet . Plans and specifications will not be available in paper format or on compact disc. After solicitation issuance, contractor's may register to be placed on a plan holders list, view and/or download this solicitation and all amendments at the following internet address: https://acquisition.army.mil/asfi/ and http://www.fbo.gov. Please view our local website at HTTPS://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm for synopsis information. It is the offeror's responsibility to monitor the FedBizOpps web site (Using the above link) for amendments to the solicitation. All offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquistition.army.mil/asfi to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov . The Contract Specialist for this solicitation will be Maria Rodriguez, (409)766-6331; or by e- mail at maria.e.rodriguez@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01359129-W 20070803/070801222011 (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.