SOLICITATION NOTICE
Y -- Lackland AFB Airmen Training Complex Dining/Classroom Facility (DCF)#2
- Notice Date
- 12/17/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-11-R-0002
- Response Due
- 2/21/2011
- Archive Date
- 4/22/2011
- Point of Contact
- Clements Schram, (817)886-1062
- E-Mail Address
-
USACE District, Fort Worth
(clements.c.schram@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- For Lackland AFB, San Antonio, Texas: This request for proposal (RFP) is a design-bid-build (DBB), full and open competition contract for construction. This project provides for construction of a multi-story facility consisting of two food serve lines, each supporting 1,200 basic military training (BMT) trainees, a full service kitchen supporting the two food serve lines and eight 120 person classrooms. This dining/classroom facility is approximately 107,000 square feet, three stories with mechanical equipment located above the single story kitchen, structural steel frame, single elevator, screened loading dock area, clad with pre-cast concrete panels and provided with a standing seam metal roof. Special foundations to support this new dining/classroom facility will be required. Work will include building information system, intrusion detection system, energy monitoring and control system, fire/smoke detection and alarm system and connections to installation central systems. Supporting facilities include water, sewer, gas, and electric utilities, exterior communications, site drainage, sidewalks, and parking. Access for individuals with disabilities will be provided. DFARS 236.204 Disclosure of the magnitude of construction project (ii) Between $25,000,000 and $100,000,000. The RFP solicitation is anticipated to be issued on or about second or third week of January 2011, and offers will be due on or about second or third week of February 2011. No public bid opening procedures are applicable for this solicitation. A firm-fixed price UNRESTRICTED contract is anticipated to be awarded using Lowest Price, Technically Acceptable criteria. Anticipated contract award date is late March or early April 2011. This announcement is open to all businesses regardless of size. If a large business is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The Fort Worth District goals on work to be subcontracted is that a minimum of 50% of the contractors total intended subcontracted amount be placed as follows: 50% Small Businesses, 17% Small Disadvantaged Business (SDB); 18% Woman-Owned Small Business; 8.5% Veteran-Owned Small Business; 4.0% Service Disabled Veteran-Owned Small Business (SDVOB); 10% HUBZone. The plan is required as part of this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. Projects outside the primary area of responsibility may be added upon approval of all parties and at the option of the Fort Worth District, US Army Corps of Engineers. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fbo.gov. Plans and specifications will not be made available in paper format or on compact disk. It is the Offerors responsibility to monitor the FedBizOps web site daily for amendments to the solicitation. You must be registered with the Central Contractor Registration database (CCR), to receive a Government contract award. You may register with the CCR at http://www.ccr.gov/. The primary point of contact for this project is Mr. Clem Schram, USACE Contract Specialist, (817)886-1062; email clements.c.schram@usace.army.mil. Secondary point of contact is Nathan Fry, (817)886-1158. email nathan.j.fry@usace.army.mil. Third point of contact is Barbara Walker, (817)886-1161, email barbara.j.walker@usace.army.mil. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOps address after solicitation issuance at the following address: https://www.fbo.gov/solicitation number W9126G-11-R-0002. Contractors shall register themselves at this Website under the solicitation number to receive a copy of the solicitation. Further, all potential Offerors are also encouraged to visit the Army's Single Face to Industry Website located at http://acquisition.army.mil/default.htm to view other official business opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0002/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02346430-W 20101219/101217234003-c6f9f229dd4ce69e47f189aa32cdea1b (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 |