SOLICITATION NOTICE
Y -- Three-Bay Fire Station, Hill AFB, UT
- Notice Date
- 1/21/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-09-X-0016
- Response Due
- 3/19/2009 3:00:00 PM
- Archive Date
- 5/31/2009
- Point of Contact
- Cheryl Y. Gannaway,
- E-Mail Address
-
cheryl.y.gannaway@usace.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- THIS PRESOLICITATION NOTICE HAS BEEN RE-ENTERED AS W91238-09-R-0016 Project Title: Three-Bay Fire Station Location: Hill AFB, Utah Type of Award: This acquisition is proceeding as a 100% small business set-aside. The acquisition method is a two-phase negotiated procurement. Evaluation by the Government will result in selection of a firm that represents the best value for the Government. Estimated Cost Range is between $1,000,000.00 and $5,000,000.00 This procurement will be conducted under FSC CODE: Y199, NAICS Code: 236220. All questions should be directed to the Contract Specialist, Nikole May, at Nikole.V.May@usace.army.mil or (916) 557-6989. Job Description: D-B for a new single story, light industrial Three-Bay Fire Station (719 SM). Construction will be concrete footings/foundation/slab, masonry exterior walls, standing seam roof and appropriate interior finishes. Project includes three primary fire fighting vehicle parking bays, equipment storage, change area, living/sleeping quarters, kitchen, restrooms and appropriate mechanical/electrical room/support. Exterior included necessary vehicle pavements, sidewalks, parking (6,530 SM), infrastructure/utility support (305 LM), site improvements and communications support. The project includes development of design deliverables for review (two submittals plus back check processes), sustainable design using the LEED rating system (certifiable to Silver capable rating), anti-terrorism/force protection (will be met by compliance with the RFP requirements), design deliverables for grading, relocation/protection of utilities, site improvements, connections/runs, fire-protection/life safety, handicapped, EMCS, HVAC, interior/exterior finishes, exterior lighting, parking, signage, and all necessary features (interior and exterior) to yield a safe, complete, and useable facility. Phase I is anticipated to be posted on or about January 22, 2009, closing approximately three weeks later. Phase I proposals will evaluate only past performance and experience and result in a short list of the most highly rated proposals. Phase II will be restricted to those on the short list and is anticipated to be posted on or about the last week of February with proposals due in 30 days. A site visit will be scheduled approximately one week after Phase II is posted. Details specifying actual date, location, and time will be included in Section 00100 of the solicitation. Phase II will be evaluated using trade-off source selection procedures that will result in award of a firm-fixed price design/build contract to the responsible offeror whose proposal, conforming to the solicitation, is the BEST VALUE considering price and technical factors. All specific dates and times will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY through FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only plan-holders/bidders list now available is via FedBizOpps. When viewing the synopsis/pre-solicitation notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a prime contractor or subcontractor. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=18c1c7d02341788ebf245cc3d5ceb032&tab=core&_cview=1)
- Place of Performance
- Address: Hill AFB Hill AFB Hill AFB UT<br />
- Zip Code: 84056<br />
- Zip Code: 84056<br />
- Record
- SN01735165-W 20090123/090121214622-18c1c7d02341788ebf245cc3d5ceb032 (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 |