Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

Y -- Design Build of a DOIM Information Systems Facility, Ft. McCoy, WI

Notice Date
7/1/2010
 
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-0060
 
Response Due
8/17/2010
 
Archive Date
10/16/2010
 
Point of Contact
Jennifer Anderson, 502-315-6176
 
E-Mail Address
USACE District, Louisville
(jennifer.j.anderson@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Single Phase, Best Value Procurement for Design and Construction of a one-story Directorate of Information Management (DOIM) Information Technologies (IT) facility, which includes primary server farm and administrative offices for Network Enterprise Center (NEC) personnel. This facility will serve as the primary IT support facility for nearly 1300 buildings on the installation. Computer raised floor area will house servers which are supported by uninterruptable power supplies (UPS) and large emergency generator. Functions of this building will include: the installation's server farm, telecommunication network, personnel to provide centralized technical support to all of the installation's IT users. The building will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, sloped gable standing seam metal roof, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. This facility must achieve LEED Silver Certification and registration. The facility will contain a combined Fire Alarm and Mass Notification System. The generator for this facility will be located outside and housed in a weather proof enclosure. The contractor will be responsible for startup and commissioning of the generator. The estimated minimum size for the generator is 400kw. The Best Value Evaluation Process requires potential offerors to submit their performance and capability information for review and consideration by the Government. Potential offerors also are required to submit their technical and cost proposal for consideration by the Government. The estimate price range is between $5,000,000.00 and $10,000,000.00. NAICS 236220. The Construction Cost Limitation for this project is $6,800,000. Offerors are under no obligation to approach this ceiling. Evaluation criteria includes Prime Contractor Experience, Design Contractor Experience, Prime Contractor Past Performance Design Contractor Past Performance, Past Performance on Utilization of Small Business, Technical Proposal and Management. This project will have the following Options: Option 1 400kw Diesel Generator System, Option 2 Additional Landscaping, Option 3 Add for Concrete Paving, Option 4 - CFCI OMAR Funded Items and Option 5 - CFCI Bona Fide Need OMAR Items. A small business subcontracting plan is required for large businesses. The current goals for the Louisville District are 70% to Small Business, 6.2% to Small Disadvantaged Business. 7.0% to Women-Owned Small Business, 9.8% for Hubzone Businesses, 0.9% to Service Disabled Veteran Owned Small Business, and 3.0% to Veteran Owned Small Business. Contract duration period is 490 calendar days. Approximate issue date is July 16, 2010, and approximate closing date is August 17, 2010, 2:00 pm, local time. at 4:00 PM, local time. Project documents will be web only. Downloads are available via Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov. This announcement serves as the advance notice for this project. Amendments will be available only through the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov.Note: This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUBZone 10% price evaluation preference. This announcement serves as the advance notice for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0060/listing.html)
 
Place of Performance
Address: US Army Reserve Center East Headquarters Road Ft. McCoy WI
Zip Code: 54656
 
Record
SN02194285-W 20100703/100701235405-a85982273ca731d231c9b38c3ff38766 (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.