Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2008 FBO #2265
SOLICITATION NOTICE

Z -- (BRAC) Renovate Building 299 to accomodate the relocation of the Metal Fabrication Facility to Rock Island Arsenal,IL

Notice Date
2/6/2008
 
Notice Type
Solicitation Notice
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
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-0014
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
sharon evans, (502) 315-6187
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(sharon.k.evans@lrl02.usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The metal parts and machinery operations at Riverbank Army Munitions Plant (RBAAP) and Mississippi Army Ammunition Plant (MAAP) will be relocated to Rock Island Arsenal as defined in DD1391 dated September 19, 2005. This project will encompass modif ications on Building 299 at Rock Island, IL to accept metal parts and machinery that will be relocated in response to MILCON transformations and BRAC 2005. The goal of this project is to upgrade of existing warehouse space to accommodate metal parts produ ction. The scope of this project will include providing ceiling insulation, fire alarm, communications/building information systems, interior loading dock, heating, ventilation and air conditioning (HVAC), interior utility distribution and upgrade lightin g and fire suppression system. Additional items include modification of the exterior structure to facilitate placement of process equipment. In addition, renovations to the existing space to accommodate administrative, quality assurance laboratories, re strooms, and shower/locker/break rooms are needed. Supporting facilities including water, electrical, sewer, and natural gas, employee access gate, paving, information systems and site improvements are also needed. Minimum Department of Defense (DoD) a nti-terrorism measures will be provided. Heating will be accomplished with package gas fired boiler units. Comprehensive building and furnishing and related interior design is required. The performance period will be 400 days. The estimated price rang e for this project is from $5 to $10 Million. This is a design-build request for proposal and is SET-ASIDE FOR HUBZONE FIRMS ONLY. This process requires potential offerors to submit their information for consideration by the Government. The technical in formation will be reviewed, evaluated and rated by the Government. Cost information will not be rated, however, cost will be considered. All evaluation factors, other than cost or price, when combined are considered significantly more important than the cost or price in relative importance. The proposal process consists of Technical Approach, Experience, Past Performance and Management Approach, Price and Pro-Forma Information. This solicitation is to be issued on or approximately February 22, 2008 with proposals due on or approximately March 24, 2008. 4:00 pm (local time). The NAICS code for this project is 238120 with $13.0 million size limit. The solicitation and any amendments will be available for downloading from the internet only. The project spe cification files are Portable Document Format (PDF) files and can be viewed, navigated or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated or printed using MaxView Reader. To download the files for this project requires registration at the Federal Technical Data Solutions (FedTeDS) website HTTP://WWW.FEDTEDS.GOV. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WESITE BY DOWNLOAD ONLY.
 
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
SN01501936-W 20080208/080206232430 (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.