AWARD
Y -- Los Alamitos Army Reserve Center
- Notice Date
- 9/30/2010
- Notice Type
- Award Notice
- 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-0070
- Response Due
- 9/7/2010
- Archive Date
- 11/9/2010
- Point of Contact
- Stephanie Craig, 502-315-6204
- E-Mail Address
-
USACE District, Louisville
(stephanie.m.craig@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912QR-10-C-0098
- Award Date
- 9/30/2010
- Awardee
- COX CONSTRUCTION CO. (021599642)<br> 3170 SCOTT ST<br> VISTA, CA 92081-8318
- Award Amount
- $23,395,000.00
- Line Number
- 0001
- Description
- Project will provide for construction of the new approximately 400 member Army Reserve Center (ARC) consisting of a Training Center with a Vehicle Maintenance Shop building and an Unheated Storage building in Los Alamitos, California. Address: Adjacent to Liberty Avenue and Gettysburg Avenue directly west of the site of the new California Army National Guard Readiness Center in Orange County at Los Alamitos, California. The buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, mechanical systems, and electrical systems. Supporting facilities will include site preparation, organizational vehicle parking, paving, fencing, and extension of utilities to serve the project. This is a single phase best value procurement. The estimated cost range for this project is $25,000,000.00 to $100,000,000.00. The Construction Cost Limitation (CCL) for this project is $25,896,000. Offerors are under no obligation to approach thi s ceiling. The North American Industry Classification (NAICS) Code is 236220 with a size standard of $33,500,000. The base construction contract duration is approximately 540 days. The solicitation will contain options for the following: Non-Bona Fide Need OMAR and Bona Fide Need OMAR. The proposals will be evaluated using the Trade-Off Source Selection Process. This process requires potential Offerors to submit their performance and capability information to be reviewed, evaluated, and rated by the Government. Proposals will be evaluated by the Government in accordance with the following criteria: Safety, Proposal Compliance Review, Technical/Quality Evaluation, Prime Contractor Experience, Past Performance and Pro Forma information. The process also includes a price proposal for consideration by the Government. 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% to HUB-Zone Small Business, 3.5% to Veteran-Owned Small Business and 2.0% to Service-Disabled Veteran-Owned Small Business. This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUB-Zone 10% price evaluation preference. The issue date is 11 August 2010 and closing date is 10 September 2010, 11:00 am Eastern Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0070/listing.html)
- Record
- SN02303471-W 20101002/100930235938-6b136ecd30b46c98c0770ae181aa63d3 (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 |