Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
MODIFICATION

Y -- Design and Construction of the Operation Readiness Training Complex (ORTC), Ft. Bliss, Texas, Package 2, located at Camp McGregor, New Mexico

Notice Date
11/1/2010
 
Notice Type
Modification/Amendment
 
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-0004
 
Response Due
11/23/2010
 
Archive Date
1/22/2011
 
Point of Contact
Crystal May, 502-315-6206
 
E-Mail Address
USACE District, Louisville
(crystal.m.may@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Amendment 0001 is available for download. Design and construct Package 2 of the Camp McGregor ORTC using the ORTC Standard Design. Package 2 includes the design and construction of the Officers Quarters Building to the 5-foot line, and the design and construction of the Battalion Headquarters Building to the 5-foot line. Site work and design for this contract is limited to preparation of the site to the buildings 5-foot line. The Officers Quarters Building includes a two-story, slab-on-grade structure with a total of 40 sleeping rooms, utility rooms, laundries, common areas, and enclosed stairs. The Battalion Headquarters includes a single story, slab-on-grade structure with classrooms divided by operable partitions, an open office area, enclosed offices, and a conference room. 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. The cost range is between $5,000,000 and $10,000,000. THIS SOLICITATION IS HUBZONE SET ASIDE and will be selected based on a one phase Best Value. 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; Design Narrative, Design Drawings; Management Plan; Safety; Price; and Pro Forma information. The bases of award will be a trade off. 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 23 November 2010, 1:00 p.m. (Eastern Time). Project documents will be available on or about 21 October 2010 by download from the Internet only. Downloading of the project documents requires registration at the Federal Business Opportunities (FBO) 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. Point of contact is: crystal.m.may@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0004/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
SN02320445-W 20101103/101101234303-1e63238605f0cfe26746b2729dfc1e24 (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.