Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2000 PSA #2684
SOLICITATIONS

Y -- DESGIN BUILD OF A MISSILE SERVICE COMPLEX/COMMAND & CONTROL SUPPORT FAC. AT F.E. WARREN AFB, WY.

Notice Date
September 11, 2000
Contracting Office
U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978
ZIP Code
68102-4978
Solicitation Number
DACA45-00-R-0024
Response Due
November 1, 2000
Point of Contact
Mike Michelson (402)221-3227=Contracting/John Stobbe (402) 221-3985=Technical
E-Mail Address
Mike H. Michelson (Mike.H.Michelson@usace.army.mil)
Description
On or about 27 September 2000, this office will issue Request for Proposals for the design and construction of MINUTEMAN III MISSILE SERVICE COMPLEX, GHLN 973001/COMMAND & CONTROL SUPPORT FACILITY, GHLN 983004, F.E. WARREN AFB, WYOMING. Proposals will be received on or about 01 November 2000. This solicitation is unrestricted, open to large and small business participation. NAICS code is 233320. A site visit and pre-proposal conference is scheduled for 17 October 2000 at the F.E. Warren AFB. Meeting place and time will be included in the RFP solicitation. To register attendance at the pre-proposal conference/site inspection, contact the Project Engineer (Jeffrey B. Kaiser) F.E. Warren Project Office, U.S. Army Corps of Engineers, Bldg. 305, F.E. Warren AFB, WY 82005 (CENWO-CD-BH-F) or For Fed-Ex or UPS Packages, use: (Project Engineer, 5607 -5th Cavalry Avenue, F.E. Warren AFB, WY 82005), Telephone (307) 773-3006 or FAX: (307) 638-2412 or Program Manager (John Stobbe), U.S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978, Telephone: (402) 221-3985 or FAX: (402) 221- 4828, before the date of the pre-proposal conference/site inspection. DO NOT submit requests for proposal documents to the site visit personnel listed above. See "Ordering" below. ______________________________________________________________________________ The work will include the following: (Approx. quantities) Design and Construction of the Minuteman III Missile Service Complex and Command & Control Support Facility. New Minuteman III Missile Service Complex (MMSC) This facility will be located south of the main base in the South Industrial Character Area, on Commissary Road, between Saber and Post Roads. The site is approximately 40 meters south of Building 1284 -- Supply Complex and 100 meters east of the Transportation Building Complex. The anticipated staffing for this facility is approximately 356 people. The facility will provide adequate support for equipment, administrative support, vehicle dispatching/deployment, and other support areas. Major Functional Activities of the facility includes Vehicle Dispatch Function and Bays, Administrative and Operative Functions and Vehicle Maintenance/Shops/Equipment Bay. The building is a 9000 gross square meter (96,875 square feet) single story facility with a small second story for commander and administrative functions over the main entry. The Vehicle Dispatch /Deployment Function and Bays is a high roofed area which encloses five (5) vehicle bays with special exhaust system for equipment and a separate vehicle exhaust system. Administrative and Operational Functions include spaces for: open office areas, shops, administrative rooms, mechanical/electrical/communication, Conference Rooms, Break Areas, and other support spaces. The Vehicle Maintenance/Shops/Equipment Bay is a high roofed area, which encloses two (2) vehicle maintenance bays with a special exhaust system for equipment and a separate vehicle exhaust system. Exterior Walls are composed of metal wall panels split face concrete masonry units, face brick and pre-cast stone and banding. The roof is standing seam metal. Special conveying systems include elevator, 10-ton bridge crane with hoist, and monorail systems. Also included in the project is a new Paint and Blasting booth. Architectural features/finishes include walls (painted, ceramic tile, & various wall coverings), concrete slab on grade floors (carpet, porcelain tile, vinyl composition tile, ceramic tile) and raised floor system, and ceilings (acoustical tile, gypsum wallboard & exposed). Doors types include steel, aluminum, wood, security-vault, and overhead coiling and sectional overhead. Mechanical includes HVAC, gas distribution, HVAC controls and plumbing. Fire protection includes dry pipe sprinkler systems and fire protection cabinets. Electrical includes exterior underground primary and secondary electrical, pad-mounted transformers, exterior parking lot and building lighting, interior wiring and lighting, fire detection and alarm system, building bonding system, exterior and interior communication support, and emergency standby generators. Site Work includes: demolition of the existing PREL Battery Shop Building (#338) and existing softball fields 1 & 2 and support structures; Asphalt Personal Operating Vehicle (POV) parking lots: one new lot with 142 parking stalls, one add/altered lot with 25 stalls, and an optional new 50-stall lot; Asphalt paved Storage Area with concrete curb and gutter for semi-tractor trailers, cranes, vans, and general purpose vehicles; Areas of concrete pavement for parking, equipment, divider islands, and a building buffer within the storage area; Concrete access and exit drives to and from the buildings maintenance and dispatch bays and equipment storage area; Landscaping, sodding and irrigation, and seeding; Concrete sidewalks; Storm drainage; Chain-link fencing around equipment storage area; Water distribution lines; Sewer lines and lift station; Gas distribution; and Exterior Electrical. New Command & Control Support Facility (CCSF) The Command Control Support Facility (CCSF) is approximately a 5,110 gross square meter (55,000 square feet) single story structure. Facility staffing will be for approximately 150 personnel. Room requirements for the facility include administration areas, open offices, readiness rooms, conference rooms, commander and officer's quarters, security and waiting rooms, mechanical, electrical and communication rooms, an 8 vehicle bay Primary Mission Equipment (PME) area, a Remote Operation Equipment (R.O.E.) area, a 6 vehicle storage bay area, a vehicle maintenance bay, a library, security storage room, break room, and showers and restrooms. Architectural features include split-face-CMU facia, aluminum windows, standing seam metal roofing, precast stone sills, metal wall panel siding, metal trim panels, louvers, overhead sectional doors, bollards, and an Exterior Insulation Finish System (E.I.F.S.) for the main entrance. Material requirements include masonry, gypsum wallboard, paint, carpet, vinyl wall coverings, toilets, lockers and benches, showers, ceramic tile, steel stud partitions, doors and door hardware, toilet accessories, electric water cooler, recessed entrance floor mats, toilet fixtures and accessories, toilet partitions, fire extinguisher cabinets, extinguishers, cabinets and counters w/ casework, shelving, mop sink, key storage cabinet, emergency eye wash, marker boards, building sign, and interior building signage. Structural features include concrete foundations, concrete slab-on-grade, structural steel, sheer walls, and hip configuration standing seam metal roof with special high roof requirements over vehicle bays. Design and construction of this facility will include Anti-Terrorism/Force Protection Construction. Mechanical and Electrical features include HVAC systems, plumbing, gas distribution system, building temperature controls, fire alarms and sprinkler system, power distribution, interior power, exterior and interior lighting, communication systems, security systems, emergency power systems (emergency generator), electrical transformer, lighting fixtures, and electric outlets and receptacles. Site work includes an asphalt POV parking lot (150 parking stalls and 4 handicapped) and a concrete GOV parking lot for 50 vehicles, a lined crushed rock Fuel Truck Parking Spill Containment Area, concrete and asphalt pavement for roadways, dumpster screen wall, excavation, site utilities (waterlines and electrical distribution) finish grading, turf and seeding, fencing, traffic signs, sidewalks, and storm drainage piping. Proposal Evaluation: Major point scored evaluation areas of each offeror's proposal, in descending order of importance, include: Design Experience, Design Personnel and Past Performance (Design); Construction Experience, Construction Personnel and Past Performance (Construction); Schedule, Project Management Plan, Safety and Health Record and Affirmative Action Program (EEO Policy); and Utilization of Small Business. Price will be subjectively evaluated and not point scored. Note that all evaluation factors other than cost/price, when combined are approximately equal to the price evaluation. The estimated design and construction cost of this project is between $20,000,000 and $30,000,000. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting offers for services exceeding $500,000 or for construction exceeding $1,000,000 shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2000: (a) Small Business: 61.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time period submitted with the proposal after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The proposal documents are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Proposal documents will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.nwo.usace.army.mil/ebs/contract.htm Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the "Solicitation Registration" section of the synopsis and click on the link for "Registering". If you do not have Internet access, then you may fax your request to (402) 221-4530; faxed requests will take longer to process, causing a delay in receiving Solicitation documents. Please include the following information: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information via e-mail to mike.h.michelson@usace.army.mil or by written request or fax. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-3227. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on proposal documents (technical content) should be made to Specification Section at: (402) 221-4547 or 4413. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 215 North 17th Street Omaha, NE 68102-4978
Web Link
Omaha District Advertised Solicitations (http://ebs.nwo.usace.army.mil/ebs/contract.htm)
Record
Loren Data Corp. 20000913/YSOL004.HTM (W-255 SN495089)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on September 11, 2000 by Loren Data Corp. -- info@ld.com