SOLICITATION NOTICE
Y -- Modernization of Wheately Elementary School, for the District of Columbia Public Schools, Washington, DC
- Notice Date
- 4/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Civil Works, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACW31-R-0025
- Archive Date
- 8/10/2003
- Point of Contact
- Lydia Hill, 202-529-2218
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Civil Works
(Lydia.a.hill@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This proposed procurement is Unrestricted, NAICS is 236220 with a size standard of $28,500,000.00. Modernization of Wheately Elemantary School is being advertised as a Request for Proposal (RFP). The request for proposal requires separate technical and c ost proposals to be evaluated based on Best Value for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Estimated cost of construction is between $10,000,000.00 and $20,0 00,000.00. Construction duration 540 days from receipt of the Notice to Proceed. The project consists of modernization of the existing buildings and an addition to the Wheatley Elementary School currently designed for 534 students, located at 1299 Neal St reet, NE, Washington, DC 20002. The majority of the existing school buildings are to be preserved for historical significance except the latest 1965 addition, which will be razed under this contract. This project will require some demolition of existing si dewalks in the public space and additional site preparation, including tree removal. Hazmat abatement will be done by the Owner under a separate contract prior to the commencement of building demolition and new construction. Minor, incidental abatement und er this contract may be required if discovered during new construction. The existing school buildings to be modernized total approximately 69,700 gross square feet on footprints of approximately 27,000 square feet and are 3 stories, with the exception of the existing one story auditorium. The new addition will include approxim ately 16,700 square feet in a one story building. The structural system of the new addition will primarily consist of masonry bearing walls, steel columns, and steel framing. The new foundations will bear directly on existing earth. The new roofing will be both metal and built-up roofing. The exterior finishes will be primarily brick, split faced and ground faced concrete masonry unit and exterior insulation finish system. Interior finishes will typically consist of VCT flooring, carpet, painted walls, ACT drop-in and linear metal ceilings. There will be other interior finishes such as multicolor textured coating, acoustical panels, acoustical CMU, ceramic tile, hardwood floor, and quarry tile. All existing windows and doors will be replaced. Mechanical, ele ctrical (including low-voltage), plumbing, fire protection, an elevator, and security systems will also be part of the project. The project site is approximately 2.3 acres. Site work includes new sidewalks, curb cuts, metal boundary fences, concrete retaining walls, play and parking areas. Landscaping work will include grass, planting shrubs and trees in planting beds. Outdoor surf aces will also include brick and concrete pavers, painted asphalt and rubberized safety play surfaces. New utilities, including a storm water management system, will also be part of the site work. The Owner has already filed and paid for the razed permit and building permits. The Contractor will be required to obtain all necessary permits prior to the commencement of building demolition and new construction. Large Business Firms are required to submit a subcontracting plan with their proposals. The Following are the projected goals for this project 65% for small business concerns; 20% for small disadvantaged business concerns; 10% for women owned small busine ss; 3% for HubZone small businesses; 3% for Veteran-Owned small business; and 3% for Service-Disabled Veteran-owned small business. In order to comply with the Debt Collection Improvement Act of 1996, effective March 31, 1998 all contractors must be regist ered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Contact CCR Web site at http://www.ccr2000.com. Other CCR Customer Service at 1-888-227-2423. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center (CCRAC) a t 1-888-CCR-2423. Solicitation Number DACW31-03-R-0025 will be available on the U.S. Army Corps of Engineers, Baltimore District, web site at all interested parties should register for this project. The Baltimore District Corps of Engineers intends to aw ard a firm-fixed price construction contract to the offeror whose proposal represents the ?Best Value? to the government. It is imperative that a small disadvantaged business contacts their cognizant Small Business Administration Office to obtain Small Di sadvantaged Business Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic forma t, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet. The solicitation will not be issued in paper. All responsible sources may submit a proposal, which shall be con sidered by the agency. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the bidders/Offerors mailing lists by going to the web site: https://ebs.nab.usace.army-mil/AdvertisedSolicitations ?This solicitation will be available on or about 12 May 2003, proposals due on or about 11 June 2003. *****
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Civil Works 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00312496-W 20030427/030425213624 (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 |