Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2002 FBO #0298
SOLICITATION NOTICE

Y -- Construction of the Dining Facility at Fort Carson, CO. This solicitation is restricted to 8(a) contractors, nationwide.

Notice Date
9/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-02-B-0011
 
Point of Contact
Loreen Blume, 402-221-4265
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Loreen.K.Blume@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA On or about 21 October 2002, this office will issue Invitation for Bids for the construction of FY 03 DINING FACILITY, PN 054511, FORT CARSON, COLORADO. Bids will be opened on or about 03 December 2002. SOLICITATION OF BIDS WILL BE RESTRICTED TO 8A COMPET ITIVE BIDDING NATIONWIDE. Contractors interested in inspecting the site of the proposed work should contact the Fort Carson Resident Engineer, U.S. Army Corps of Engineers, Bldg. 304, 5050 Tevis St., Fort Carson, CO 80913-4001, Telephone: (719) 5265448. FAX (719) 526&#64 979;5365. Prebid site visits must be arranged in advance for access to Fort Carson, Colorado. A scheduled visit of the site will be conducted on 06 November 2002 at 10:00 a.m.. Bidders shall call the Resident Engineer's Office a minimum of 48 hours pri or to date of scheduled site visit and provide the following information: a. Name of Contractor. b. Names of individuals. Only individuals that have furnished the required information in advance and show a valid Photo ID (i.e. driver?s license) will be allowed access to the installation. Access to the installation will be through West Gate. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See ?Ordering? below. ______________________________________________________________________________ The work will include the following: (Approx. quantities) NEW DINING FACILITY BUILDING: 2808 Square Meter (30,255 SF) one-story dining facility building. Dining facility building includes 454 person dining area seating capacity; exterior walls of face brick, pigmented split-face concrete masonry units, precast a ccent units, and aluminum and glass store front systems; standing seam metal roofing over two raised clerestories above the main seating areas, north and south building entrances, and over portions of the kitchen area; EPDM roofing for remaining flat roof areas; floor finishes (quarry tile, porcelain tile, resilient floor tile, and sealed concrete floors); interior walls (ceramic tile and ceramic faced concrete masonry units, ceramic tile and epoxy painted gypsum wallboard and high impact gypsum wallboard w ith paint or vinyl wall covering finish); ceilings (water resistant gypsum wallboard with plaster finish, water resistant gypsum wallboard, exposed structure and suspended acoustic lay-in ceilings); Built-in food service equipment; mechanical HVAC (two gas -fired boilers, two heating water pumps, one air-cooled liquid chiller, two chilled water pumps, four air handling units and exhaust fans); wet-pipe fire protection system; electrical (wiring, lighting, voice telecommunications wiring, provisions for CATV, public address system, and fire detection and alarm system). SITE WORK includes: 500 meters storm drainage, 170 meters sanitary sewer, 440 meters waterline, gas service line, cathodic protection (sacrificial anode), 1410 metric tons of hot-mix asphalt wearing course for parking area and asphalt drive, concrete pavem ent for loading dock apron and motor cycle parking area, electrical distribution and lighting, pad-mounted transformer, medium and small size pavilions, landscaping (seeding, sodding, irrigation system, trees and shrubs) and other site improvements. The estimated construction cost of this project is between $7,500,000 and $10,000,000. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 400 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work i n the time allowed. Performance and payment bonds will be required. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the numbe r of Compact Disks be limited to one (1) per firm. Plans and Specifications 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.wes.army. mil/ 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) 221-4199, 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. Amendments will be available through the Internet address indicated above. Contractors, Subcontractors and suppliers shall be responsible to check the internet address for amendments.); 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 loreen.k.blume@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: 4022214265. Telephone calls regarding Small Business matters should be made to: 4022214110. Telephone calls on contents of drawings and s pecifications should be made to the Project Manager at: (402) 221 - 4561 or Specification Section at: (402) 2214547.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00174806-W 20020926/020924213623 (fbodaily.com)
 
Source
FedBizOpps.gov 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.