Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2004 FBO #0911
SOLICITATION NOTICE

Y -- CONSOLIDATED AERIAL PORT/AIRLIFT CONTROL FLIGHT FACILITY, PETERSON AFB, CO.

Notice Date
5/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-04-R-0028
 
Response Due
7/16/2004
 
Archive Date
9/14/2004
 
Point of Contact
Famane Brown, 402-221-3116
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(famane.c.brown@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is unrestricted and open to both large and small business participation. On or about 8 June 2004, this office will issue Invitation for Proposals for the Design/Build of the CONSOLIDATED AERIAL PORT/AIRLIFT CONTROL FLIGHT FACILITY, PDC NO. TDKA 959006, PETERSON AFB, COLORADO. Proposals will be received on or about 8 July 2004. A Pre-Proposal Conference/Site Visit is scheduled on 22 June 2004. Assembly will take place in the main conference room of the 302 Civil Engineer Squadron Buil ding (Bldg. 1285) located on the corner of Goodfellow Street and Ent Avenue, Peterson AFB. Pre-Proposal Conference/Site Visit will begin promptly at 9:00 a.m. All Contractors must contact the Corps of Engineers Peterson AFB Resident Office no later than 48 hours prior to scheduled pre-proposal conference/site visit so that arrangements can be made with the Visitors Center and Security Police for badging to allow entry of the Contractors onto the base to participate in the pre-proposal conference and to exam ine the site. The Point of Contact at the Resident Office is Paul Jendzejec, Telephone: (719) 556-4184. The fax number at the Resident Office is (719) 556-7115. E-mail address at the Resident Office is Paul.M.Jendzejec@usace.army.mil. Contractors must prov ide a fax with the following information to the Resident Office for all visitors attending: 1. Name of Contractor or Firm Represented 2. Visitor Name 3. Visitor Social Security Number 4. Visitor Date of Birth and Place of Birth 5. Visitor Drivers License N umber 6. Visitor Proof of Citizenship Provide a phone number on each fax so that information, which may be illegible or requires additional clarification, can be verified, if necessary. NOTE: THIS INFORMATION MAY NOT BE TRANSMITTED VERBALLY ONLY A FAX CONT AINING THE INFORMATION IS ACCEPTABLE. Questions regarding the site visit should be directed to the Resident Office at the number listed above, with a copy of the questions provided to U.S. Army Engineer District, Omaha, Contracting Division, CENWO-CT-M (Co ntract Specialist Famane Brown [Famane.C.Brown@usace.army.mil]), 106 S 15th Street, Omaha NE 68102-1618. Access to Peterson AFB will be denied to anyone failing to comply with the requirements stated above. Prospective offerors may submit questions on the request for proposal documents via e-mail to the Contract Specialist and Project Manager [Michael.L.Armstrong@usace.army.mil] (prefer in advance of the conference), so prepared answers can be delivered during the conference. A written summary of the questi ons and answers will be provided to each offeror. Remarks and explanations at the conference shall not qualify the terms of the solicitation. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. DO NO T submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: The Design and Construction of the Consolidated Aerial Port/Airlift Control Flight Facility project includes t he following: (a) Consolidated Aerial Port/Airlift Control Flight Facility (Two-story brick masonry faced building with approximately 34,000 SF) The Consolidated Aerial Port portion will include Administration offices, ATOC office, Break/Conference rooms, Orderly room, Open office area, Classrooms/training, Parachute rigging area, Parachute drying tower, Cargo areas, Pallet areas and storage area, Men and Women toilet spaces, mechanical, electrical and communications rooms. The Airlift Control Flight Facili ty portion will include Administration office, Open office areas, work areas, equipment storage room, vehicle storage area, small break area, toilet facility, mechanical and electrical room. (b) Golf Course Maintenance Facility: Golf Course Maintenance Fac ility includes a pre-engineered single story equipment storage building that provides the following work spaces: office area, break room, shop area, storage rooms, grinding room, men and women toilets, and mechanical and electrical rooms; a pre-engineered single story Equipment storage building to store vehicle and equipment; and a single story pre-engineered Fertilizer storage building. (c) Ground Maintenanc e Facility: Pre-engineered single story facility that provides office area, break room, shop area, storage rooms, men and women toilets with showers, and Mechanical and Electrical rooms. Along with the construction of the above buildings, site work include s: parking, utilities, exterior lighting, grading, storm drainage, sidewalks, landscaping and demolition of existing buildings (106, 107, 108, 202, 204 and 206). Proposal Evaluation: Award of this project will be based on the best value approach considerin g technical evaluation factors and price. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The technical evaluations factors include: Design Firm Experience; Construction Firm Experience; Design Personnel Experi ence; Construction Personnel Experience; Past Performance (Design); Past Performance, Construction; Project Management Plan; Schedule; and Utilization of Small Business Concerns. Price is subjectively evaluated considering Best Value and Realism. The estim ated construction cost of this project is between $5,000,000 and $10,000,000. Contractors Quality Control will be a requirement in this contract. Large business concerns submitting proposals 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 2004: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 10.0% of planned subcontracting dollars*. (c) Women Owned Small Business: 10.0% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars* . (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. 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. 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. Bonding documents including the power of attorney shall bear an original signatur e by an officer of the surety. The request for proposal (RFP) 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. Plans and Specificat ions 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 plans and specifications on CD-ROM shall be by register ing on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the adve rtisement period, you must make changes through the Omaha District web address. 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: M s. Famane Brown (402) 221 3116. Telephone calls regarding Small Business matters should be made to: Mr. Hubert Carter (402) 221 4110. Telephone calls on contents of Request for Proposal documents should be made to the Project Manager at: Mr. Michael Armstr ong (402) 221-3981 or Specification Section at: Mr. Doug Larsen(402) 221 4547.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00590956-W 20040525/040523211538 (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.