Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2004 FBO #0789
SOLICITATION NOTICE

C -- Los Alamos Administration Building

Notice Date
1/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-AC52-04NA25139
 
Response Due
2/20/2004
 
Archive Date
3/21/2004
 
Point of Contact
Daniel Saiz, Contracting Officer, (505) 845-5340, dsaiz@doeal.gov;Daniel Saiz, Contract Specialist, (505) 845-5340, dsaiz@doeal.gov
 
E-Mail Address
Email your questions to Daniel Saiz, Contract Specialist
(dsaiz@doeal.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The project consists of the design and construction of the Los Alamos Site Office Administrative Building. The anticipated new LASO building would be a two or three story, approximately 37,000 square feet building. An available construction site has been identified on existing DOE/NNSA property in Los Alamos, New Mexico, located on the South East corner of West Jemez Road and Bikini Atoll Road. Therefore, this project would not require the acquisition of land. The occupancy projection is for 125 (+/- 10) federal and contractor employees (majority of Facility Representatives are located at their facilities). The building would contain single and multiple occupancy offices and include a small security area with vault type spaces. The structures will be constructed to standard commercial building practices and will only provide office space for employees. No hazardous/radiological materials will be involved. This building will require all utility tie-ins, security and access control, and telecommunications. This project complies with LANL's Comprehensive Site Plan and the Core Area Development Plan in Technical Area 3 (TA-3). The selection process used for this solicitation will be a two-phase design-build Request for Proposal. Phase One shall require the offeror to submit relevant qualifications, including experience and past performance, and overall technical/design approach. Phase Two shall require the offeror to submit a unique technical solution for this project in the form of drawings, narratives, management plan, schedule, and price. No more than 3 offerors will be selected for Phase Two. Proposed procurement will result in a fixed-price contract. The acquisition is restricted to small business concerns. The NAICS is 236220 with a size standard of $28,500,000. The magnitude of construction is between $5,000,000 and $7,000,000. Bonding will be required for this acquisition. The Statement of Work/Specifications must be requested by submitting a question through IIPS.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/8578D59AAE240BA885256E24007758DB?OpenDocument)
 
Record
SN00508874-W 20040125/040123211841 (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.