SOLICITATION NOTICE
Y -- RED RIVER ARMY DEPOT MANUEVER SYSTEMS SUSTAINMENT CENTER, PHASE 1; RED RIVER ARMY DEPOT, TEXARKANA, TX
- Notice Date
- 10/31/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-08-R-0005
- Response Due
- 12/31/2007
- Archive Date
- 2/29/2008
- Point of Contact
- Kathy Snell, 817-886-1163
- E-Mail Address
-
US Army Engineer District, Fort Worth
(kathy.snell@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Construction Services to be performed under the firm fixed price contract will consist of constructing a tactical wheeled vehicle repair facility. The project includes but is not necessarily limited to: Body Repair Facility - a single story repair sh op of approximately 26,400 SF of workspace bays, offices, restrooms, storage areas, HVAC systems, and fire detection and protection. Supporting facilities will include all utilities for water, sewer, gas, electric service, paving, walks, curbs and gutters , storm water management, loading areas, exterior and security lighting; storm drainage, information systems, lightening protection, mass notification system, and site improvements. Access for individuals with disabilities will be provided. DoD Anti-terro rism/Force Protection measures will be included. Special foundations may be required due to expansive soils. Demolition of up to six (6) buildings may be required that includes HAZMAT abatement and disposal. Prospective construction firms must be capable of: providing all resources for successful construction per contract documents; planning and development of construction documents and work phasing if required; CADD (as-builts, changes, etc.); professional se rvices, geotechnical investigations, environmental investigations, abatement and sampling, construction documentation, cost estimates, value engineering, shop drawings, and construction administration. Additional services may include but are not limited to : topographic and boundary surveys to include data collection and verification, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of Anti-Terrorism/Force Protection (AT/FP) requirements, security and comm unications systems, fire protection and life safety systems, and other technical requirements as may be designed or required. Any work that requires design changes or environmental compliance must be performed by or under the direct supervision of licensed professional Architect or Engineer. Estimated Construction Range: Between $5,000,000 and $10,000,000. Duration of project is approximately 540 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $31 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcontracting goals are for specified percentag es of the contractors total planned subcontracting amount to be placed with the following: Small Business 51.2%; Small Disadvantages Business, 8.8%; Women-Owned Small Business, 7.3%; Service-Disabled Veteran-Owned Small Business, 1.5%; and HUBZone Small B usiness, 3.1%. Plans and specifications will not be provided in a paper hard copy format. Notification of amendments shall be made through the Internet. The Government reserves the right to use only the Internet as notification of any changes to this solic itation. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. All offerors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/defaul t.htm to view other business opportunities. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the followin g internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0005. Because of the size of our solicitations, you should not attempt to view them online. Rather download them to your local hard drive and then open them. Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format or on compact disc. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for a mendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 16 November 2007, and the estimated proposal due date will be on or about 16 December 07. Contract Specialist: Kathy Snell Phone: (817) 886-1163 Email: Kathy.Snell@swf02.usace.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-OCT-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA63/W9126G-08-R-0005/listing.html)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01444415-F 20071102/071031225500 (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 |