Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

C -- New Lock Control Building and Associated Upgrades at Ortona Lock and Dam, Florida, Glades County

Notice Date
11/1/2023 4:08:41 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23R0026
 
Response Due
12/5/2023 11:00:00 AM
 
Archive Date
12/20/2023
 
Point of Contact
Chad D. Manson, Phone: 9042323420, William Wallace, Phone: 9042322180
 
E-Mail Address
chad.d.manson@usace.army.mil, william.j.wallace@usace.army.mil
(chad.d.manson@usace.army.mil, william.j.wallace@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Jacksonville District Contracting Division has a requirement from the South Florida Operations Offices (SFOO) � Operations Division to provide a request for proposal for a single award of a Firm Fixed Priced (FFP) contract, utilizing Two-Phase Design-Build Selection Procedures (See FAR 36.303).� This single award FFP Contract is issued to obtain design-build services for a proposed new high performance sustainable lockhouse building. This building will serve as a lock and spillway control building for the Ortona Lock and Dam. This new building (approximately net conditioned 1,343 square feet including garage) is intended to house equipment that controls the operations of the lock and dam. The overarching building code is UFC 1-200-01 which has modifications and provisions to the International Building Code, however this building must also be designed as a High-Performance Sustainable Building per UFC 1- 200-02, in particular Chapter 2. The building must be structurally and architecturally designed as a hurricane storm shelter in accordance with ICC 500. The structure including all openings must be inherently missile impact resistant without any additional protection required to be installed by the user, such as shutters. Option work includes conduit runs to be designed and installed around the lock to the control center within this building, to support future installation of a new control system under a separate contract. Other option work includes demolition of the existing control house after occupancy of the new control house. Design Work includes, but is not limited to, calculations, plans, and specifications. Included in the design is the proper phasing of all activities coordinated among disciplines, and the removal of existing conditions to include utilities and occupants of the affected areas. The Contractor shall take into consideration that the existing structure will remain occupied during construction of new structure and phase demolition accordingly. Design must be signed and sealed by a Registered Professional Architect, Registered Professional Engineer, or other Registered Professional, for the discipline of work required. Design must be in accordance with design standards required within the contract. This contract will have a period of performance of 686 calendar days. In accordance with FAR 36.204 -- Disclosure of the Magnitude of Construction Projects, the magnitude associated with this requirement is between $1,000,000.00 and $5,000,000.00.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85f31148463f4a1488e9daae5d310d01/view)
 
Place of Performance
Address: Moore Haven, FL 33471, USA
Zip Code: 33471
Country: USA
 
Record
SN06873119-F 20231103/231101230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.