Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOLICITATION NOTICE

Y -- Renovate Historical Dormitories 220/228 at F.E. Warren AFB, Wyoming

Notice Date
9/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F07R0031
 
Response Due
12/30/2007
 
Archive Date
2/28/2008
 
Point of Contact
Barbara Young, 402-221-4275
 
Small Business Set-Aside
N/A
 
Description
On or about 10 October 2007, this office will issue Request for Proposal (RFP) for construction of Renovate Historical Dormitories 220/228 at F.E. Warren AFB, WY. Proposals will be received on or about 16 November 2007. This solicitation is unrestricted and open to both large and small business participation. Site visit information will be available in the solicitation package in Section 002100: INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS. U.S. Army Corps of Engineers F.E. Warren Project Office contact is Mr. Jeff Kaiser (307) 773-3006. Dormitories 220 and 228 are two-story, red brick facility constructed in 1908 as open-bay US Army Cavalry barracks and are listed on the National Register of Historic Places. Interior demolition work includes gutting all existing interior materials, to include walls, ceilings, stairs, mechanical systems, plumbing systems, and electrical systems (wiring, panels, and fixtures). Interior renovation and replacement will include new architectural features and materials throughout each dormitory. This includes full renovation of all common areas and placing 4-bedroom module layouts with kitchens, cabinets, carpets, tile, paint, bathr ooms, windows, doors, sinks, dishwashers, and ranges. Mechanical work includes ducting, piping, pumps, new plumbing and fixtures, and new fire suppression system. Electrical work includes new panels, wiring, lighting fixtures and communication upgrades. Exterior work includes equipment pads, screen walls, placement of chillers and transformers, and some minor grading and landscaping. There will be requirements for minor ACM abatement and removal of LBP. RFP Evaluation Criteria Firms participating in the RFP will submit technical requirements in accordance with Section 00110: PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Constr uction Experience, Construction Past Performance, Key Construction Personnel, Project Management, Utilization of Small Business, and Price. An adjectival method of evaluation will be used to evaluate the technical factors. The estimated construction cost of this project is between $10,000,000 and $15,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for this contract: (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*.(c) Women Owned Small Business:7.3% of planned subcontracting dollars*.(d) Service-Disabled Veterans: 1.5% of planned s ubcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time period submitted with the Offeror after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Offerors: Please be advised of on-line registration requirement in Central Contractor Registration CCR database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications ORCA at http:// orca.bpn.gov. Representations and certifications are required to update annually as a minimum to keep information current, accurate and complete. The elec tronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: This office will no longer send copies (paper or CDS) of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions (FedTeDS). FedTeDS is a web-based dissemination tool designed to safegua rd acquisition-related information. 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 download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps www.fbo.gov 2. *Once you open the bid announcement on Fed Biz Opps, there will be a link to the solicitation on FedTeDS in the remarks section. Click on the link. 3. If you are a first time user, you will have to register** (see info included below); if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files to your location. **Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register. 1. Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2. DUNS Number or CAGE code 3. Telephone Number 4. E-Mail address Questions regarding the ordering of the same should be made to Barbara Young at 402 221 4275. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of drawings and specifications should be made to t he Project Manager at 402-221-4544 or Specification Section at 402-221 4529. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01421781-W 20070928/070926224303 (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.