Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2008 FBO #2274
SOLICITATION NOTICE

Y -- FY08 Medical/Dental Clinic, Fort Lewis, Washington

Notice Date
2/15/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-08-R-0030
 
Response Due
4/17/2008
 
Archive Date
6/16/2008
 
Point of Contact
erik.lundstrom, 206.764.6698
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(erik.a.lundstrom@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Please contact Erik Lundstrom at Erik.A.Lundstrom@nws02.usace.army.mil for any questions regarding this project. The Seattle District Corps of Engineers has a two-phase Design-Build competitive requirement for construction services on a project titl ed, FY08 Medical/Dental Clinic, Fort Lewis, Washington. The project consists of constructing a facility that provides the following: Construction of a Medical/Dental Clinic (approximately 28,094 gsf Health Clinic and a 14,100 gsf Dental Clinic) on Main Post Fort Lewis. The clinic shall be a two-storey structure, constructed on a reinforced concrete foundation, an exterior compatible with installation architectural standards, all required utilities, communication, intrusion detection and fire protect ion. The clinic project will provide outpatient health clinic, ancillary departments, dental clinic, and administrative space. Supporting facilities include site work, utilities, and parking. The facility will be designed in accordance with Unified Facilit ies Criteria, (UFC) 4 510-01 (MIL-HDBK-1191), DoD Minimum Antiterrorism Standards for Buildings UFC 4-010-01, and the Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines(ADA/ABAAG). Total Building Commissioning (sometime s called Whole Building Commissioning) as well as operations and maintenance manuals will be provided. LEED Certified is the LEED rating required for this project. Air Conditioning: 140 Tons. The Construction Cost Limitation is $18,000,000.00 and t he performance period is estimated at 548 calendar days. The NAICS code for this project is 236220. The solicitation will be a two-phase Design-Build competitive RFP in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.3 entitled Two-Phase Design-Build Selection Procedures. There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach, evidence of ability to obtain bonding) and a Phase Two (submission of tech nical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions in the solicitation. The submittals will be evaluated and the Contracting Officer will select up to three of the most highly qualified offerors. Phase Two will require the offerors selected in Phase One to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15 and the Section 00120 of the solicitation. This first phase of the solicitation will be issued in electronic format only on FedTeDS at http://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912DW-08-R-0030 on or about 17 March 2008. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are re sponsible for checking the referenced page for any update(s) to the notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. To get automatic not ifications of updates to this solicitation, you MUST click the Register to Receive Notifications button in the listing for this solicitation on FedBizOpps and fill in your email address. If you want to list your firm so others can see you are an intereste d vendor, you must click the Register as Interested Vendor button in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines. Project is open to both large an d small business. If you are a large business and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. Fo r the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $31 million. For additional Seattle District Contracting opportunities, visit the Army Sin gle Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 and also see the FedBizOpps postings at http://www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01510389-W 20080217/080215230952 (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.