Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

Y -- Design/Build of a Control Tower for Grissom Air Reserve Base, IN.

Notice Date
6/24/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-R-0055
 
Response Due
8/6/2010
 
Archive Date
10/5/2010
 
Point of Contact
Katie E Paben, 502-315-6189
 
E-Mail Address
USACE District, Louisville
(katie.e.paben@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Design/Build Project for the Air Traffic Control Tower, Grissom ARB, IN Design and construct (Design/Build) approximately 7,000 SF Air Traffic Control Tower at Grissom ARB. The tower will be an eight floor concrete structure with a cab approximately 90 feet above the ground. All floors of the tower are to be utilized. Support structures include asphalt road with curbing and drains, asphalt parking with curbing with drains to be installed at the initial phase of the project. Underground electrical service, water, gas, fire detection/protection, and sanitary sewers will also be installed, including service connections to the control tower. Scope of work includes demolition of the existing tower. Administrative areas require extensive interior design. The project shall be designed and constructed to receive a United States Green Building Council Leadership in Energy and Environmental Design Rating of Silver although actual certification is not planned at this time Facilities must comply with DOD minimum antiterrorism force protection construction standards. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. A construction cost limit will be provided in the solicitation. The cost range according to the FAR is between $5,000,000 and $10,000,000. THIS SOLICITATION IS A SMALL BUSINESS SET ASIDE and will be selected based on a Best Value (Tradeoff) Process. 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 and Designer; Past Performance of the Prime Contractor and Designer; Technical Narrative; Price; and Pro Forma information. Site visit information will be provided in the solicitation document. A construction cost limitation will be provided with the technical requirements package. The proposal due date is on or about 6 August 2010, 2:00 p.m. (Eastern Time). Project documents will be available on or 8 July 2010 by download from the Internet only. Downloading of the project documents requires registration at the Federal Technical Data Solutions (FedTeds) website at http://www.fbo.gov. This announcement serves as the advanced notice for this project. Amendments will be available from the FedBizOps website by download only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0055/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02187301-W 20100626/100624235145-94066bb9cf47f7808c961c5b12ecf1b1 (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.