Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
SOLICITATION NOTICE

Y -- DOVER WELCH SCHOOL

Notice Date
9/8/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-R-0032
 
Archive Date
10/25/2017
 
Point of Contact
Jamaal A. Edwards, Phone: 2156563241, Gregory C. Keaton, Phone: 215-656-3826
 
E-Mail Address
JAMAAL.A.EDWARDS@USACE.ARMY.MIL, gregory.c.keaton@usace.army.mil
(JAMAAL.A.EDWARDS@USACE.ARMY.MIL, gregory.c.keaton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Corps of Engineers, Philadelphia District intends to award a Firm Fixed Price Contract for the Welch Elementary School/Dover Air Base Middle School Replacement at Dover Air Force Base, Delaware (a restricted access installation). The work includes construction of a new combined elementary/middle school facility, located at Dover Air Force Base, DE. The new facility will be constructed adjacent to the existing elementary/middle school. The multistory structure will be comprised of approximately 105,550 square feet. The project will utilize clear span (up to 65') or similar construction methods to allow large, open, flexible spaces and will incorporate fully integrated acoustical rated operable wall partitions which contribute to the overall acoustical performance of the building. The facility will include several spaces with a required STC rating of 60 and numerous spaces with STC ratings of 45 so proper implementation of the acoustical design is a significant aspect of the new school. The school will include 21st Century School concepts such as learning neighborhoods, central hubs surrounded by learning studios, flex labs, science labs, information center, gymnasium, food service area, computer lab, supply areas, specialist rooms, art rooms, music rooms, a performance/commons/dining area, learning impaired rooms, teacher work rooms, counseling areas, storage, administrative offices and other required areas for a fully functioning facility. The school will include several technical items not found in standard administrative facilities such as demonstration PV panels, demonstration weather station, and solar hot water collection; all of which will be connected to an energy dashboard which will display information from these features. The lighting, water use, and HVAC systems will also require data monitoring points and will also be connected to the energy dashboard. The contract will require proper implementation of safety and security features including providing and installing blast resistant windows in large storefront glass areas for the exterior. Interior corridor glass will meet security requirements with one-minute delay glass. The contract also includes related infrastructure such as parking areas, mechanical rooms, delivery areas, covered walkways, playgrounds and site improvements. The facility will require enhanced commissioning upon completion to validate energy performance and must obtain LEED Silver certification. Upon completion of the construction of the new facility, the contract will require complete demolition (approx. 126,000 sf) of the existing school (including handling and disposal of limited quantities of asbestos containing materials) and associated site restoration. The contract will require the contractor to perform the new construction and demolition in phases. The construction site is adjacent to an active school campus and the contractor will be required to ensure site safety and prevent student and public access. School functions will not be interrupted which could require after hours utility connections and/or scheduling weekend work for noise disturbances that could affect student testing. This will ensure current school functions are continuous and not disrupted during construction. The contract duration for both new construction and demolition is 730-calendar days. This will be an Unrestricted Sealed Bid solicitation for full & open competition (both large & small businesses). Estimated cost range of the project is $25,000,000 and $100,000,000. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 236220 and the small business size standard is $36.5 Million. The Request for Proposals W912BU-17-R-0032 will be issued on or about 07 November 2017 with a proposal due date of 11 January 2018 at 1400 EST hours (2:00 p.m.); however this information is subject to change. Offerors should review the entire solicitation once it is posted. An "Industry Day" designed to showcase this project as well as other contracting opportunities on Dover AFB is scheduled for 10:00 a.m. to 12:00 noon on Friday, October 20, 2017 at The Air Mobility Command Museum Conference Room, 1301 Heritage Road, Dover AFB, DE 19902-5301. This event is OPEN TO THE PUBLIC. The museum is outside of the restricted area of Dover AFB. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. All contractors must be registered in the System for Award Management (SAM) as required by FAR 4.11. Registration information may be obtained by phoning 866-606-8220 or by accessing the internet website at https://sam.gov/. Liquidated damages will be applicable to this project and specified in the solicitation. Davis Bacon wage rates will be applicable to this project. Proposal Bonding, Performance Bonding and insurance is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0032/listing.html)
 
Place of Performance
Address: Dover Air Force Base, Delaware, United States
 
Record
SN04668089-W 20170910/170908231302-4fc2d228783745bbfa158dc276dc05ab (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.