Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

Y -- FY09 DESIGN/BUILD FSRM PROJECTS, PACKAGE NO. 2, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO

Notice Date
7/30/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Albuquerque, US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP09R0042
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
Madeline Livermore, 505-342-3240<br />
 
E-Mail Address
US Army Engineer District, Albuquerque
(madeline.e.livermore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FY09 DESIGN/BUILD FSRM PROJECTS, PACKAGE NO. 2, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO. The proposed procurement is a Historically Underutilized Business Zone (HUB Zone) Set-Aside. Only offers from qualified as a HUB Zone Business Concerns, as determined by the Small Business Administration (SBA) will be accepted. Offers received from concerns that are not certified by the SBA as a HUB Zone Business shall be considered non-responsive and will be rejected. NAICS is 237990/SIC 1541, with a size standard of $33,500,000.00. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. Bonding will be required for this acquisition. Offerors attention is directed to Section 00100 in the Solicitation for information regarding the tour of the site. Plans will be issued on or about 14 August 2009, with proposals due on or about 14 September 2009. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. THE PROJECT is summarized as follows: (1)The OSM Warehouse will provide a new, one story building approximately 3400 square feet with the option of expanding an additional 800 square feet, completed with required utilities, storm drainage, plumbing, communications, electrical, HVAC, fire protection/alarm systems, Energy Management Control Systems (EMCS), force protection measures, paving, walks, curbs, parking, access roads, exterior lighting, site improvements, grading, landscaping, and extension of communications infrastructure for support of the facility. (2)The FARP Administration/Storage Facility shall be a one story pre-manufactured metal building approximately 3337 square feet. The facilitys design shall be in accordance with the Cannon Air Force Base Architectural Compatibility Standards. The Offeror is also responsible for obtaining all information necessary to properly design the facility. (3)The External Fuel Tank Storage Facility shall be a one story pre-manufactured metal building with metal panel skin approximately 4187 square feet. The facilitys design shall be in accordance with the Cannon Air Force Base Architectural Compatibility Standards. The Offeror is also responsible for obtaining all information necessary to properly design the facility. (4)The CATM facilities include the addition of a Firearm Cleaning Room approximately 1056 square feet to the storage area of the existing Firing Range, conversion of the existing Firing Range approximately 2312 square feet to be fully contained and the addition of a Womens Restroom approximately 212 square feet to the existing Rifle Range Facility. The Womens Restroom addition to the Rifle Range facility shall be one story CMU building addition. The Firearm Cleaning Room addition shall be a one story pre-manufactured metal building designed with space for 26 users. (5)The Munitions Maintenance Admin Facility approximately 4175 square foot will provide a new, one story building, complete with required utilities, storm drainage, plumbing, communications, electrical, HVAC, fire protection/alarm systems, Energy Management Control Systems (EMCS), force protection measures, paving, walks, curbs, parking, access roads, exterior lighting, site improvements, grading, landscaping, and extension of communications infrastructure for support of the facility. The construction of this building will be split faced CMU exterior walls that include associated site development. THE PROJECT will be advertised as a Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best overall value to the Government. Proposed procurement will result in a firm-fixed price contract. Questions of a technical nature should be addressed to Mr. Thomas Bueno at (505) 342-3244 or e-mail at: thomas.j.bueno@usace.army.mil. OFFERORS MUST BE REGISTERED with Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the CCR Internet address is: http://www.ccr.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP09R0042/listing.html)
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM<br />
Zip Code: 87109-3435<br />
 
Record
SN01893076-W 20090801/090730235611-2ba295f005392252579fe89b40717c16 (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.