SOLICITATION NOTICE
Y -- Construct an Army Reserve Center (ARC) located adjacent to the existing 1SGT Adam S. Brandt Army Reserve Center on the Curtis Bay GSA Depot approximately 13 miles south of Baltimore, MD.
- Notice Date
- 11/19/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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-10-R-0010
- Response Due
- 1/5/2010
- Archive Date
- 3/6/2010
- Point of Contact
- Janice E. Goodman, 502/315-6213
- E-Mail Address
-
US Army Corps of Engineers, Louisville
(janice.e.goodman@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Construct an Army Reserve Center (ARC) located adjacent to the existing 1SGT Adam S. Brandt Army Reserve Center on the Curtis Bay GSA Depot approximately 13 miles south of Baltimore, MD. The New training building is located to the north of the existing training building on site. The existing north POV parking will be repaved and striped to accommodate an additional 158 POVs providing a total of 272 spots for existing and new buildings. The new ARC will include a training facility at 36,644 square feet, a new 8,043 square foot Organizational Maintenance Shop (OMS), a 1,670 square foot unheated warehouse building and Military Equipment Parking (MEP) and Privately Owned Vehicle parking facilities of 6,200 SY and 5,565 SY respectively. The ARC training facility will use a combination of structural steel framing with metal studs and batt insulation and gypsum sheathing with a brick veneer for the exterior walls. The new ARC will house classrooms, administration, physical readiness center, weapons Simulator, weapons storage and vault, assembly space, kitchen, and equipment storage areas. The training building is a two-story facility. The OMS building will use Concrete Masonry Unit (CMU) with a brick veneer for the exterior wall system. The facility siting and layout is planned to allow for future service bay Expansion. The roofs for the ARC and OMS will be an asphaltic roofing system with a 3 and 4 per foot slope. The third and final facility is a small unheated warehouse for storage of unit equipment. The unheated warehouse building will be a pre-engineered metal building with masonry wainscot and metal panel siding. This project was designed LEED Silver Certifiable and was registered with the USGBC by the Designer for the Corps of Engineers. There are twelve option items. They are as follows: 1-Add lobby area windows 2-add exterior windows at south elevation 3-add exterior windows at OMS 4-add door sidelights at training building 5-add exterior lights at OMS 6-add exterior lights at UHS 7-add seal coat on POV lot 8-add Pave MEP(6,507 SY) 9-add pavement at MEP(606 SY) 10-add demo existing MEP pavement(1,240 SY) 11-add OMAR equipment 12-add OMAR equipment. THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESS based on Lowest Price/Technically Acceptable (LPTA) evaluation. This process requires potential Offerors to submit their performance and capability information to be reviewed, evaluated, and rated by the Government. The proposal process for this single-phase procurement consists of the following: Experience of the Prime Contractor; Past Performance of the Prime Contractor; Price; and Pro Forma Information. The estimated price range is between $10,000,000 and $25,000,000. A construction cost limitation will be provided in the Solicitation. The Solicitation will include a complete 100% design package. NAICS code is 236220, with a size standard of $33.5 M. Contract duration is 540 days. The approximate issue date is 04 December 2009 and approximate due date for proposals is 05 January 2010. Award of the construction contract is Subject to the Availability of Funds. All Offerors should be aware that construction funds may not be available for the contract award for up to 3 months from receipt of proposals. The Solicitation will be available by download from the Internet only. Downloads are available only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. This announcement serves as the Advance Notice for this project. Amendments will be available from the FedBizOpps website by download only. Questions may be addressed to janice.e.goodman@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0010/listing.html)
- 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
- Zip Code: 40202-2230
- Record
- SN02007287-W 20091121/091119235404-2616e5ea200124f0c1da47627f36cd7e (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 |