Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

Y -- Construct a Weigh-In Motion Facility

Notice Date
6/1/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115109B0008
 
Response Due
6/15/2009
 
Archive Date
8/14/2009
 
Point of Contact
Jennifer Parker, 254 287-9801<br />
 
E-Mail Address
ACA, Fort Hood
(jennifer.l.parker@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Fort Hood Directorate of Contracting is issuing a pre-solicitation notice for a firm fixed price construction contract construct a 60 foot x 100 foot, pre-engineered steel canopy to be used as a weigh-in motion facility per the attached drawings to include site preparation, concrete slab, concrete ramps, chain link fencing, 2 gates, 8 foot x 16 foot consol room, electrical power, electrical metering, electrical lighting and communications. This acquisition is 100% set aside for qualifying HUB-ZONE firms under NAICS 236220 (Size Standard $33.5 Million). The magnitude of the procurement is estimated to be between $500,000 and $1 Million All work under this contract will be performed within the confines of the Fort Hood Military Installation, at Fort Hood, Bell County, Texas. Davis Bacon Wage Decision TX20080049, Building Construction for Bell and Coryell Counties, Texas will govern work under this contract. Performance and payment bonds, in the bid amount, are required for this contract. A bid guarantee in the amount of 20% of the bid price is also required. An organized site visit will be conducted for this procurement. Details of that site visit will be available in the solicitation. Under this contract, the contractor shall provide all plant, supervision, labor, materials, equipment, supplies and transportation necessary to complete this scope of work. Except as provided elsewhere in this contract, all work shall comply with applicable State, local and Federal laws and regulations, industry and construction codes and standards, manufacturers specifications and recommendations, and all contract special provisions, terms and conditions. This project encompasses full construction to include, but not limited to: Construct a 60 foot x 100 foot, pre-engineered steel canopy to be used as a weigh-in motion facility per the attached drawings; provide and install a 62 foot x 100 foot concrete foundation to include concrete perimeter grade beams, concrete intermediate grade beams, concrete ramps, concrete landings and steel reinforcement. provide and install chain link fencing around facility to include 4 each, single leaf, 16 foot long gates and 2 each, 3 foot wide personnel gates; stripe traffic lanes from the beginning of the concrete entrance ramp to the end of the concrete exit ramp; provide and install Knox box; Concrete filled, 8 inch diameter, steel bollards; Provide and install 8 foot wide x 16 feet long x 9 feet tall console room. Console room shall be constructed with CMU block and include three windows, one door, suspended ceiling and standing seam metal roof matching canopy; provide facility number signs at the northwest corner and southwest corner of canopy structure; Ten pound certified ABC fire extinguishers shall be provided and mounted to steel columns at each corner of canopy. Painting of all structural steel, CMU block inside consol room, door and door frame at consol room, poles A, B and steel barrier; provide 1-1/2 ton, mini split system heat pump. Split system heat pump shall be provided with low ambient control, auxiliary heat strips and thermostat. Schedule 80, PVC pipe condensate drainage shall be provided to the outside edge of the concrete foundation. Electrical connections in conduit shall be provided from panel A; provide and install the complete electrical requirements; and furnish all electrical appurtenances required to provide temporary power at the site to include, wood pole, cross arms, insulators, electrical transformer, electrical meter, panel board, breakers, switches, boxes, conductors, ground fault circuit interrupters, devices, etc. The Government has allocated 210 calendar days for completion all of the contract requirements. The solicitation will be issued on or about 15 Jun 09 under solicitation number W91151-09-B-0008 to the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/. No paper copies of this solicitation are available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Interested parties must be currently registered in the Central Contractor Registration (CCR) to receive a government contract award. Bidders may register with the CCR at http://www.ccr.gov/. Online Representations and Certifications Application (ORCA) must also be current to qualify to receive a contract award. Bidders may register Representations and Certifications at http://orca.bpn.gov. The point of contact for this acquisition is Jennifer Parker, Contract Specialist, jennifer.l.parker@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK15/W9115109B0008/listing.html)
 
Place of Performance
Address: ACA, Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX<br />
Zip Code: 76544-5025<br />
 
Record
SN01832632-W 20090603/090601235210-49c2a5b478135a62dcf6376b565a60bc (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.