Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

Y -- Armed Forces Reserve Center (AFRC), Moffett Field, CA

Notice Date
12/13/2007
 
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-0006
 
Response Due
2/28/2008
 
Archive Date
4/28/2008
 
Point of Contact
Erin Quinn, 502-315-6205
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(Erin.G.Quinn@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Design/Build of an Armed Forces Reserve Center (AFRC) located at Moffett Field, California. The site is approximately 30 acres of Army Reserve property located off of R.T. Jones Road, adjacent to the NASA complex at Moffett Field and north of Moffet t Boulevard. The AFRC may include up to six buildings to house: A) an Armed Forces Reserve Center of approximately 104,000 SF; B) a Regional Readiness Support Command headquarters of approximately 70,000 SF C) an Organizational Maintenance Shop (OMS) of a pproximately 25,000 SF; D) a Storage Building of approximately 52,000 SF; E) an Unheated Storage (UHS) building of approximately 15,000 SF; and F) a Fitness Center of approximately 6,000 SF. The AFRC building provides administrative and training space, th e OMS is used for vehicle maintenance and training, and the two Storage buildings provide bulk storage space for the tenants equipment. The Fitness Center provides physical training space and equipment, and associated locker and shower space. Facilities will be permanent construction; the solicitation will allow for a range of possible architectural, structural, wall and roof systems. Site-work will include demolition, roadways, parking, walks, exterior lighting, fencing, site improvements, grading, la ndscaping, and extension of utilities to serve the project. Demolition work at the site includes, but is not limited to, demolition/deconstruction/removal of existing housing units and buildings, removal of streets and parking areas, clearing and grubbing , and removal of existing utility lines and manholes. Design will include design of furniture to be furnished and installed by the Government. Hazardous materials have been identified at the site. The housing units contain some asbestos-containing mater ials and lead-based paint. In addition, there is a plume of trichloroethylene underlying portions of the site. This solicitation is for a Design/Build Contract Award utilizing a Best Value/Tradeoff Evaluation and Selection process. This process requires potential offerors to provide a technical and cost proposal for consideration by the Government. The technical information contained in the proposal will be reviewed, evaluated and rated by the Government. A construction cost limitation will be provided with the technical requirements package. The proposal process for this procurement consists of rating the following: Experience; Past Performance; Technical Proposal Information; Management and Subcontracting Narrative (NOTE: All firms must assure th at no less than 25% of the total value of the acquisition is performed by US Small Businesses as first tier subcontractors). All evaluation factors, other than cost or price, when combined, are equal in importance to cost or price. The estimated price ran ge is between $25,000,000 and $100,000,000. NAICS 236220. Contract duration period is 800 calendar days. Approximate issue date is January 3, 2008 and approximate closing date is February 28, 2008 at 2:00 P.M. Eastern Time. Project solicitation documents will be made available via web only. Downloads are available only through the FedTeDS website. Registration at the Federal Technical Data Solutions (FedTeDS) website at http://www.fedteds.gov is required. This announcement serves as the advance notice f or this project. Amendments will be available by download only from the FedTeDS website. Note: This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.1307(b), this project requires the HUBZone 10% price evalua tion preference.
 
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
SN01469620-W 20071215/071213225124 (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.