SOLICITATION NOTICE
Y -- Design and Construct a 74,688 square foot Tactical Equipment Maintenance Facility (TEMF) for the Equipment Concentration Site (ECS 170th) under the 63rd RRC at Fort Hunter Liggett, California.
- Notice Date
- 11/17/2010
- 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-11-R-0015
- Response Due
- 2/8/2011
- Archive Date
- 4/9/2011
- 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
- Competitive 8(a)
- Description
- This Facility will support the Regional Training Center - West and Tactical Training Center vehicle maintenance needs, to include wheeled and/or track general use, construction and war fighting vehicles. Buildings shall be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, masonry veneer walls, standing seam metal roof, Heating, Ventilation and Air Conditioning (HVAC), plumbing with water saving fixtures, mechanical systems, security systems, and electrical systems with energy saving lighting. Supporting facilities shall include land clearing, paving, fencing, general site improvements, an oil-water separator, and extension of utilities to serve project. Accessibility for the disabled shall be provided. Physical security measures shall be incorporated into design including maximum standoff distance from roads, parking areas, POV parking area, and vehicle unloading areas. The estimated cost range for the project is between $10,000,000 and $25,000,000. The Construction Cost Limitation (CCL) for the project is approximately $19,754,000. Offerors are under no obligation to approach this ceiling. NAICS code is 236220. Size Limitation is $33.5M. The construction contract duration is 660 calendar days. The solicitation will contain options for the following: OMAR Funded Collateral Equipment, Bona Fide Need OMAR Funded Collateral Equipment, North/South fencing at the west end of the project site, Solar Water Heating, and Sanitary Sewer Extension. This is a Single Phase, Design-Build, Best Value procurement process. This 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. Evaluation criteria include: Prime Contractor Experience, Design Contractor Experience, Prime Contractor Past Performance, Design Contractor Past Performance, Safety, Design Drawings, Design Narrative, and Management Plan. The approximate issue date is 2 December 2010 and approximate closing date is 8 February 2011 at 2:00 pm Eastern Time. Project documents will be issued via the web only. Downloads are available via the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov. Amendments will be available only through the FedBizOpps website. This procurement is set aside for 8(a) contractors. The Pre-Proposal Meeting is scheduled for 16 December 2010 at Fort Hunter Liggett. Further details will be issued with the solicitation. This announcement serves as the advance notice for this project. The project will be awarded subject to availability of funds. Bid Bonds will be required
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0015/listing.html)
- Place of Performance
- Address: Fort Hunter Liggett 3360 Mission Road Fort Hunter Liggett CA
- Zip Code: 93928
- Zip Code: 93928
- Record
- SN02328892-W 20101119/101117234152-50816c68af16811dadc52cee25389bd3 (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 |