Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
MODIFICATION

Y -- Mill Creek Project Office Replacement

Notice Date
7/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-0036
 
Response Due
8/16/2011
 
Archive Date
8/21/2011
 
Point of Contact
Elaine Vandiver, Phone: 5095277221
 
E-Mail Address
elaine.m.vandiver@usace.army.mil
(elaine.m.vandiver@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Construction Project: Mill Creek Project Office Replacement. This will be a firm-fixed-price contract. Estimated construction magnitude is between $1,000,000 and $5,000,000. The period of performance is approximately 365 days. 100% Performance and payment bonds will be required. Summary Scope of Work: Construct a Sustainable High Performance Energy Efficient single story administration building, to replace the existing Mill Creek Project Office building, in the land area adjacent to the existing project office (due east). The building's square footage is 3,756 GSF. The building shall have the following office spaces: visitor display area with a public restroom, receptionist area, operations manager office, lunch/conference Room, ranger office area for three office personnel, maintenance office area for three office personnel, mechanical/electrical room, a telecom room, men's & women's employee restrooms with lockers and showers, a janitor closet and a hallway within the building. The building shall have two vestibules, one off of the north side of the Visitor Display area and one on the east side of the building connected to the hallway. The building has been designed is in accordance with the Leadership in Energy and Environmental Design (LEED) process for "silver" rating. The building construction shall be in accordance with the Leadership in Energy and Environmental Design (LEED) process for "silver" rating. LEED Concepts have been applied to the building's orientation, office space layout, electrical/mechanical systems efficiencies, outdoor lighting, water re-use and low consumption, landscaping, and material usage and configuration. Site preparation includes underground utilities, grading, excavation and installation of heat loops for a ground-source heat pump, of a septic system and drain field, installation of a pedestrian footbridge, pavement for parking areas, rip-rap armoring a portion of the adjacent return canal, pedestrian and vehicular access to the building and landscaping. The building shall be constructed on concrete spread footings with a crawl space. Building construction shall be timber with stick-framed walls, floor and timber-truss roof, metal roofing, and metal siding. Building construction shall include all applicable electrical, mechanical, communication, and computer networking systems for the office spaces described above. LEED Accredited Professional: The Contractor shall retain a staff person who is responsible for ensuring LEED credits and prerequisites are earned. This person shall also be responsible for assembling all construction related documentation. The individual shall be a USGBC (US Green Building Council) LEED Accredited Professional who has documented evidence of working on at least 2 previous construction projects which incorporated sustainable design features. The Contractor shall substantiate this experience with a copy of the individual's resume and proof of their being a LEED Accredited Professional. This project has been designed for and shall be developed for a sustainable rating of Silver in accordance with USGBC's (US Green Building Council) LEED Version 3, 2009. Requirements during construction include the presence of a Site Safety and Health Officer (SSHO) and Contractor Quality Control Manager (CQC) at all times when work is performed. The SSHO is required to have 30 hour OSHA training and the CQC will be required to have taken the Corps of Engineers course entitled Construction Quality Management for Contractors. The Contractor will be required to develop and maintain a network analysis system (NAS) schedule for this project. A scheduler with a minimum experience level of three years will be required to develop and maintain the required schedule. All on-site work will be subject to the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be required to utilize the Corps of Engineers electronic system (Quality Control System) to manage and transmit certain records to the Government. Solicitation Number W912EF-11-R-0036 will be posted to the FBO website on or about June 14, 2011. The solicitation is a Request for Proposals. The successful offeror will be selected through the Lowest Priced Technically Acceptable source selection method. Evaluation details will be contained in the solicitation. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only and does not necessarily reflect the actual proposal closing date. Proposal closing date is anticipated to be approximately July 15, 2011. The proposal closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Elaine.M.Vandiver@usace.army.mil and Tracy.L.Wickham@usace.army.mil Foreign nationals must have received clearance prior to being granted access to the project site. Solicitation is set aside for Service Disabled Veteran Owned small business concerns. NAICS code for this project is 236220, and the small business size standard is $33,500,000 average annual receipts. When available, the solicitation documents for this project will be available via FedBizOpps. NO CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0036/listing.html)
 
Place of Performance
Address: Mill Creek Dam 3211 Reservoir Road Walla Walla WA
Zip Code: 99362-8401
 
Record
SN02511756-W 20110729/110727234615-86f369b964300ad7ac4d431197f5b6cc (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.