MODIFICATION
Y -- THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY; THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING FOUR PHASE II SELECTED FIRMS UNDER W91278-10-R-0090.
- Notice Date
- 11/5/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-10-R-0090
- Response Due
- 11/10/2010
- Archive Date
- 1/9/2011
- Point of Contact
- Terricka D. Leonard, 251-441-6500
- E-Mail Address
-
USACE District, Mobile
(terricka.d.leonard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY; THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING FOUR PHASE II SELECTED FIRMS UNDER W91278-10-R-0090. Four offerors were selected to enter into Phase II competition for the AFTAC project. Offerors are listed below in no particular ranking order: (1) Kiewit /M+W Joint Venture (Kiewit) 3921 Mason Street Omaha, NE 68105 (402) 977-4500 Phone (402) 977-4548 Fax (2) M. A. Mortenson Construction 700 Meadow Lane North Minneapolis, MN 55422 (763) 522-2100 Phone (763) 287-5430 Fax (3) Archer Western Butt Construction Joint Venture 929 West Adams Street Chicago, IL 60607 (312) 563-5400 Phone (312) 563-5944 Fax (4) Hensel Phelps 6557 Hazeltine National Drive Suite One Orlando, FL 32822 (407) 856-2400 Phone (407) 856-6111 Fax 2. Notice of Industry Day Forum: Firms/business entities interested in constructing the new Air Force Technical Application Center at Patrick AFB Fl., are invited to participate in an Industry Day Forum at the Cocoa Beach FL Doubletree Hotel Conference Room, 2080 North Atlantic Avenue, Cocoa Beach, Florida, United States 32931 to be held Monday November 15, 2010 commencing at 1:30 p.m. The Government is interested in building awareness of the solicitation which requires the design and construction of four facility types built in a campus environment on a military installation. The primary facility is a multi-story command and control (C2) facility (not to exceed 275,997 GSF) which operates 24/7/365 monitoring a network of ground and space-based sensors capable of detecting nuclear detonations worldwide. Functions performed in the C2 facility include scientific research and laboratory analysis. Included in the C2 facility will be a high bay warehouse for logistics and maintenance. Also in the warehouse will be a Class 100 clean room. Adjacent to this facility is a radiochemistry laboratory (not to exceed 37,996 GSF), which includes a Class 10,000 clean room. The project shall also include a central utility plant (not to exceed 23,411 GSF) including an uninterrupted power system, and a stand-alone, multi-story parking garage (not to exceed 180,058 GSF). Major portions of the occupied facilities shall have Sensitive Compartmented Information Facilities (SCIF) requiring an Intrusion Detection System (IDS). Construction type features are concrete pier foundations and reinforced concrete floor slab, concrete walls, structural steel frame and roof system, computer access flooring, fire protection, and environmental controls. The project includes extensive communication and information systems at the Unclassified, Secret, Top Secret and.Gov classification levels. The project includes utilities, pavements, site improvements, potential relocation of two existing storage magazines from the foot print of the facilities/campus and demolition of facilities. The project shall comply with Department of Defense (DOD) anti-terrorism force protection (ATFP) requirements per Unified Facilities Criteria. All facility types are to be constructed to withstand hurricane force winds up to 140 mph. The project shall be designed and constructed to accommodate laboratory equipment which is sensitive to vibration and electromagnetic interference. The Prime Construction Contractor shall also be responsible for obtaining the LEEDTM Silver level certification and meeting Federal energy conservation requirements. The Prime Construction Contractor shall also be responsible for the design, purchase and installation of specified laboratory equipment. The successful Contractor must be able to design and construct facilities that involve a campus setting of multiple buildings inclusive of administrative, laboratory, parking structure and central plant facilities. The project includes demolition of the existing AFTAC facility which may include asbestos and lead paint abatement. Design and construction for protection and coordination of endangered species shall be required. Wetlands mitigation shall be required. FAA and military airfield clearance shall be required. Phased construction shall be required to allow user to move in and commence operations before existing facility may be demolished. Planning of delivery and storage of materials is required as space available is limited. This is Phase II of a Two-Phase Design-Build Request For Proposal, W91278-10-R-0090. Phase I was issued by the U.S. Army Corps of Engineers to prospective Offerors in July 2010. The approximate cost range of this work is $100,000,000 to $250,000,000. The NAICS code related to this work is 236220. TO BE ELIGIBLE TO ATTEND THE INDUSTRY DAY FORUM, FIRMS/BUSINESS ENTITIES ARE REQUIRED TO REGISTER TO ATTEND. RETURN THE RSVP FORM AT THE END OF THIS ANNOUNCMENT TO BOTH: Ms. Renee Fitchett, Renee.Fitchett@usace.army.mil And Mr. Rodney Watson, Rodney.Watson@usace.army.mil RSVPs Must be Received Not Later Than: Wednesday November 10, 2010. Time 2:00 PM EST. Seating for all responding firms/business entities is limited to 80 seats and attendance is limited to no more than two persons per firm/business entity. Accordingly, no further reservations will be accepted after the full seating capacity of 80 individuals is reached. Therefore, you are encouraged to register early. You will receive an e-mail confirmation of your RSVP form, which will include your assigned seat number at the Doubletree Hotel Conference Facility. Bring a copy of your confirmation receipt form displaying your assigned seat number, for the AFTAC Industry Day Forum to obtain admittance. RSVP FORM FOR INDUSTRY DAY FORUM E-MAIL TO BOTH: Ms. Renee Fitchett, Renee.Fitchett@usace.army.mil And Mr. Rodney Watson, Rodney.Watson@usace.army.mil RSVPs Must be Received Not Later Than: Wednesday November 10, 2010. Time 2:00 PM EST. Name of firm/business entity _____________________________________________ Phone number _________________________________________________________ Mail address___________________________________________________________ Persons attending (1) Person Number One Name ________________________________________________________ Phone number _________________________________________________________ E-mail address _________________________________________________________ Mail address___________________________________________________________ (2) Person Number Two Name ________________________________________________________ Phone number _________________________________________________________ E-mail address _________________________________________________________ Mail address___________________________________________________________ (To be completed by U.S. Army Corps of Engineers) RSVP Number Seat Number Assignment. W91278-10-R-0090 ________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-R-0090/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN02323638-W 20101107/101105234240-e1453928f483c58e45b0929c4ed85a3b (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 |