Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2007 FBO #2154
SOLICITATION NOTICE

Y -- Design and Construction of Equipment Maintenance and Supply Complex, Ft. Campbell, Kentucky

Notice Date
10/18/2007
 
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-08-R-0002
 
Response Due
1/10/2008
 
Archive Date
3/10/2008
 
Point of Contact
regina.obrien, 502-315-6178
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(regina.obrien@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This project is 100% set aside for HUBZone small businesses. This project at Ft. Campbell, Kentucky consists of (1) design and construction of two (2) modified, small, Tactical Equipment Maintenance Facilities (TEMF) and the associated buildings whi ch serve their function as well as a Supply Support Activity (SSA)/Medical Storage Warehouse and a Tactical Unmanned Aerial Vehicle (TUAV) maintenance hangar which will be shared battalion facilities. The 1st and 2nd battalions will each receive one of the TEMF facilities. A TEMF building is accompanied by a Deployment Equipment Storage warehouse (DES) and a Petroleum, Oils, and Lubricants (POL) shed. Each TEMF building will be 12,110 SF minimum and will be used to maintain most, if not all, wheeled battali on vehicles. This may range from staff car vehicles up to large over the road tractor trailers that carry other tracked vehicles and everything in between. There will be four maintenance bays that will accommodate any size vehicle for long term repairs whi le there is a dedicated bay to perform regularly scheduled maintenance such as lubes and oil changes etc. Also within the TEMF facility, there will be storage of parts and tools as well as an administration area and NIPRNET and SIPRNET communications clos ets. In addition, there will be a CCI secure communications storage area and an AR190-11 spec weapons storage vault. Each TEMF building is associated with a DES warehouse which is a standard warehouse type of building. There will be shelving systems which are Government provided and the structure shall be able to handle fork lift traffic. The POL building is essentially a large shed which will house all of the lubricants and solvents used by the mechanics in the maintenance of the vehicles in the TEMF buil ding. (2) This project also includes the design and construction of the Supply Support Activity (SSA)/Medical Warehouse. It is a standard warehouse type of building with slightly more secure areas for the storage of medical supplies and other items which will require tighter climate and humidity controls than a standard warehouse would provide. There are associated Mechanical and Electrical spaces allotted for the climate and humidity controls. There is also office space for several staff personnel who wi ll maintain stricter monitoring of the warehouse contents. (3) The 3rd part of this project is the design and construction of the Tactical Unmanned Aerial Vehicle (TUAV) maintenance hangar to service the unmanned aerial vehicles. This facility will also h ouse the Platoon HQ and will also have an FSR office and latrines with showers. There will be maintenance bays to handle up to four vehicles and a secure camera storage room in addition to large and small parts storage rooms. There is an additional break/t raining/mission briefing space which will be a multi purpose room for the repair personnel and the vehicle operators. This project includes 23,580 SF of demolition. This project shall be designed to meet the requirements to obtain a LEED Silver rating wi th all of the appropriate support documentation. However; the project will not include submission to the USGBC for certification at this time. The estimated solicitation issue date is on or about 2 November 2007. Award will be on or about 14 March 2008. Contract duration is estimated at 480 days. NAICS is 236220 with a size standard of $31,000,000. The estimated cost range is between $10,000,000 and $25,000,000. NOTE: This is set aside for HUBZone contractors, nationwide. Under CFR 13, Part 12, (a) a prime contractor receiving an award as a qualified HUBZone SBC must meet the performance of work requirements set forth in 125.6(c) of this chapter. (b) In addition to the requirements set forth in 125.6(c), one or more qualified HUBZone SBCs must spen d at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. A qualified HUBZone SBC pr ime contractor receiving a HUBZone contract for general construction may meet this requirement itself by expending at least 50 % of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contr act performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. Proposals will be required to submit the following: Pro-forma Information such as proof of financial ability and bonding capability; prime contractor, designer of record firm, and individual personnel experience, and past performance of the prime contractor and des igner of record firm in accordance with Section 00112 of the solicitation. Proposal received in response to this solicitation will be evaluated for Best value to the Government. All evaluation factors other than cost or price, when combined, are approxim ately equal to cost or price. Project documents will be available on or about 2 November 2007, by web only. The proposal due date is 10 January 2008 at 4:00 P.M. Louisville time. To view or download the solicitation requires registration at the Federal Data Solutions (FedTeDS) website at http://www.fedteds.gov. Downloads are available only through the FedTeDS website. This announcement serves as the advance notice for this project. Amendments will be available from the FedTeDS website by download only . A pre- proposal meeting is tentatively scheduled for 14 November 2007, 9 A.M., Local time. Details regarding the pre-proposal meeting location and logistics will be included with the solicitation.
 
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
 
Record
SN01436952-W 20071020/071018224551 (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.