Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

Y -- SOF Tactical Equipment Maintenance Facility PN 79453

Notice Date
8/11/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM17R0022
 
Point of Contact
Tonja J. Dreke, Phone: 9102514804
 
E-Mail Address
tonja.j.dreke@usace.army.mil
(tonja.j.dreke@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide construction of SOF Tactical Equipment Maintenance Facility, Fort Bragg, Cumberland County, North Carolina. The scope of work includes, Construct a new standard two-story tactical equipment maintenance facility of approximately 3,350 SM (36,060 SF); petroleum, oil and lubricants, and hazardous waste storage building of approximately 100 SM (1,080 SF); organizational storage building of approximately 1,500 SM (16,140 SF); and organizational vehicle parking of approximately 26,930 SM (32,200 SY). The design of the equipment maintenance facility and other facilities will match the Fort Bragg Installation Design Guide to include concrete foundations and floor slabs, steel frame, exterior metal wall panels above brick veneer masonry walls, and sloped metal roof panels. Base Bid Design shall include the complete designs for the Furniture, Fixtures, and Equipment (FF&E), Audio Video (AV), and Electronic Security System (ESS) necessary to support the TEMF building. These designs shall include, but are not limited to, all required building infrastructure, detailed equipment lists, and equipment wiring diagrams required to support any optional bid item specific requirements. Built-in building systems include fire alarm/mass notification; fire suppression; utility management control; telephone; advanced communications networks; cable television; and infrastructure for intrusion detection, closed circuit surveillance, and electronic access control system. Project includes the installation of electronic security system equipment (intrusion detection, closed circuit surveillance, and electronic access control) funded by other appropriations. Supporting facilities include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), security lighting, power and communication connections in the organizational vehicle parking area for specialized vehicles and deployment containers, storage tanks, security fencing, privately owned vehicle parking, access drives, roads, curb and gutter, sidewalks, storm drainage and treatment structures, signage, landscaping, and other site improvements. Special construction includes sustainable construction features complying with certifiable to Leadership in Energy and Environmental Design (LEED) "Silver" with enhanced commissioning. Access for persons with disabilities will be provided. Comprehensive interior, electronic security systems, and audio visual design services are included. The project includes demolition of multiple buildings. The approximate square footage to be demolished is approximately 43,600 square feet. These buildings will be operational and occupied until construction of the new TEMF facility is complete. A 10-ton bridge crane is required in this TEMF. Air conditioning: 281 kW (80 tons). The contract issued will be Firm Fixed Price. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction and the size standard is $36,500,000.00. The Magnitude of Construction of this project is between $10,000,000 and $25,000,000. This solicitation will be issued in electronic format only and will be available on or about August 28, 2017. The proposal due date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, faxes, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is unrestricted. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.fbo.gov. In order to locate solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fbo.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Tonja Dreke, Contract Specialist, phone 910-251-4804 or email Tonja.j.dreke@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d99ec6be75595fa1860523349f31ae1d)
 
Place of Performance
Address: Fort Bragg, North Carolina, United States
 
Record
SN04625170-W 20170813/170811232121-d99ec6be75595fa1860523349f31ae1d (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  © 1994-2020, Loren Data Corp.