Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

Y -- DESIGN-BUILD TROOP SUPPORT FACILITY, DORMITORY, AEROBIC FACILITY AT BUCKLEY ANG BASE, COLORADO SOL DACA45-97-R-0009 DUE 122196 POC CONTRACT SPECIALIST: Buzz Dethlefs (402) 221-3124. Construction: The Government intends to procure the design and construction of a Dormitory, Troop Support Facility and Aerobic Facility at Buckley ANG, Colorado. The scope of work includes design and construction of a complete and useable project consisting of labor, consultant services, materials, equipment, all necessary site improvements, structure, surveying and site work by a single contractual entity. The entity may be a ''design-build'' firm or joint venture between an architect-engineer (A-E) and construction firm, or a construction management (CM) firm joint venture with an A-E and a construction firm. The design shall be accomplished by a Registered Professional Engineer, who can demostrate previous experience. Dormitory: A new two story dormitory building that will house 268 active duty military personnel. The proposed design requires a 97,500 gross square foot facility. The dormitory will consist of modules which will provide separate living space for each occupant, a separate walk-in closet, and a shared kitchen and bathroom. Other rooms within the facility include administration office, mail room, vending/kitchenette room, individual bulk storage areas, laundry room, public toilets, TV and game room, janitor rooms, electrical and mechanical rooms, and communication room. The dormitory will require sloping standing seam metal roof gable and hip forms. Exterior wall materials consist of a split faced and burnished cmu cavity construction with a cmu backer wall. Upper floor shall have an EIFS anchored directly to the cmu backer wall. Dining Facility: Provide additional dining seating capacity and expand the toilet rooms in the current dining facility. The addition required on the east side of the facility will provide an addtional 148 seats to the facility making the total seating capacity of this facility approximately 376. The scope of work does not include any alterations of the existing kitchen since is can adequatley accommodate the new addition. The facility was designed as a one story addition to an exiting dining facility. The new addition matches the existing facility in design character and material usages. Approximate overall facility gross square feet is 2,500 SF. Exterior wall materials consist of a brick cavity construction with a cmu backer wall. The roof is designed for a low sloping EPDM with independent drainage from the main building structure. Aerobic Facility: Provide a one story aerobic facility building with approximately 4,700 gross square feet. Exterior wall materials consist of a cmu cavity wall construction with a split face and burnished cmu for the exterior building wall finish. A moderate sloping standing seam metal covers the entire facility. The Government intends to obtain the facilities by negotiation with qualified proposers based on technical, design and cost competition source selection procedures. The total estimated amount available for design and construction is between $15,000,000 and $20,000,000. Proposals will be solicited on a firm fixed price, lump sum basis and will contain basic items and optional items. Performance and payment bonds will be required on the construction portion of the contract. The anticipated release date of the Request for Proposal (RFP) will be on or about November 7, 1996. The RFP will provide proposal requirements for those offerors who wish to be considered. Proposals will be required to be submitted within 45 days after the actual issued date of the proposal. All responsible sources meeting the criteria set forth in the RFP may submit a proposal which will be considered by the Government. Small & Disadvantaged Businesses are encouraged to participate and will be used to the maximum extent practicable as both prime and subcontractor. The Contractor is required to commence work within 10 days after notice to proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. All requests for solicitation packages should be made in writing or by FAX no later than 14 days prior to proposal due date and, must refence RFP No. DACA45-97-R-0009. After such time, packages will be furnished if supply is available. It has been determined that the number of sets is limited to one (1) per firm. Please list street address (for parcel delivery service) and mailing address. SPECIAL NOTES: All responders are advised that this requirement may be cancelled or revised at any time duirng the solicitation, selection evaluation, and/or final award structure. SIC CODE NO. 1522. THIS SOLICIATION IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. Questions regarding the ordering of proposing documents should be made: 402/221-4266 or FAX No. 402/221-4530. Telephone calls regarding small business matters should be made to Mr. Hubert J. Carter, Jr. at 402/221-4110. Questions regarding contents of drawings and specifications should be made to Larry Sand at 402/221-4595. (0297)

Loren Data Corp. http://www.ld.com (SYN# 0070 19961024\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page