Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

Y -- Modularity - Site 6 East and Site 6 West, Fort Carson, Colorado

Notice Date
1/14/2005
 
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-05-R-0010
 
Response Due
3/7/2005
 
Archive Date
5/6/2005
 
Small Business Set-Aside
8a Competitive
 
Description
PROJECT INFORMATION: Solicitation No. W9128F 05 R 0010, On or about 04 February 2005, this office will issue Request for Proposal (RFP) for the construction of MODULARITY, SITE 6 EAST AND SITE 6 WEST, FORT CARSON, COLORADO. Proposals will be receive d on or about 07 March 2005. THIS SOLICITATION IS RESTRICTED TO SECTION 8A PARTICIPATION ONLY. SIC/NAICS assigned 1541/236220. Site Visit/Pre-Proposal Conference: A site visit and Pre-Proposal conference will be held at Fort Carson, Colorado on 15 February 2005 from 08:30 a.m. until noon, MST. Assembly will take place in Building 304, Room 120. The conference will begin promptly at 08:30 a.m., MST addressing project questions and discussion and last until 10:30 a.m. The site visit is scheduled from 10:30 a.m. until 12:00 noon. For information on access and scheduling your Pre-Proposal visit, you must contact the following: Fort Carson Resident Engineer, U.S. Army Corps of Engineers, 803 Tevis Street, Bldg. 304 Fort Carson, CO 80913, Telephone: 719-526 54 48. FAX 719-526 5365. DO NOT submit requests for plans and specifications to the site visit personnel listed above. Scope of Work (Approx. quantities) This project consists of Site 6 East and Site 6 West, which are segments of work within the overall mod ularity program currently being implemented throughout Fort Carson. Facilities and Infrastructure required for Site 6 East and Site 6 West, will consist and support activity associated with motor pool and vehicle maintenance work. The two sites are adjace nt to each other with each site containing the following facilities within their site boundaries: Site 6 East; Two Sprung Structures, each approx. 70 x 150. One Administration Facility approx. 60 x 60, One Maintenance Administration Facility approx. 60  x 60, Six Arms Room approx. 38 x 12. Site 6 West; Two Sprung Structures each approx. 70 x 150, One Administration Facility approx. 60 x 60One Maintenance Administration Facility approx. 60 x 60, Six Arms Room approx. 38 x 12 Note: The above s tructures are categorized by Army Regulations as temporary and having an expected life of approximately 3-10 years. Structures configured to meet specific characteristics as temporary buildings are considered those constructed as modular and being relocata ble. Within the solicitation the Government may ask for an option to supply pre-engineered structures in lieu of the relocatable type. Pre-Engineered structures are those considered semi-permanent to permanent buildings with a life of approximately 10-25 y ears. All structures will require footings, lighting, power, HVAC, communications, systems furniture, interior finishes and furnishings. The Contractor will be required to prepare each site with site utilities to include: electrical, gas, water, sewer and communications. Other site work includes storm drainage, concrete paving, and gravel parking lots. RFP Evaluation: Firms participating in the RFP will submit technical requirements in accordance with Section 00110: PROPOSAL SUBMISSION AND EVALUATION. Submi ssions will be evaluated based on the best value approach considering technical elements for evaluation: e.g., Experience, Past Performance, Project Management, and Price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be evaluated for reasonableness. The estimated construction cost is between $4,000,000 and $10,000,000. Contractor's Quality Control will be a requirement in this contract. The selected Offeror will be required to commence work 10 days after no tice to proceed is given and complete the work within the Offerors proposed schedule for the contract. Provisions will be included for liquidated damages in case of failure to complete the work in the time specified and allowed. Performance and payment bo nds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. An expedited contract award and notice to proceed may be utilized on this contract. The government contemplates the performance period will not exceed 30 September 2005. Upon written notification of acceptance and award of this contract, the offeror will provide within ten wor king days, two sets of Performance and Payment bonds on Government standard forms with good and sufficient surety. Notice to Proceed will be issued as soon as practical thereafter. The RFP documents will be available on Compact Disk CD-ROM and will be prov ided free of charge. It has been determined that the number of Compact Disks be limited to one 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 th e following Internet address: 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 information changes during the advertisement 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 contractual questions should be directed in writing to: Cindy Siford at cindy.m.siford@usace.army.mil or 402-221 4824. Telephone calls regarding Small Business matters should be made to: 402-221 4110. Telephone calls on technical contents of the RFP should be made to the Project Ma nager at: 402-221-3828 or Specification Section at: 402-221 4413. Commander, U.S. Army Engineer District, ATTENTION: CENWO-CT-M, 106 S.15th St., Omaha, NE 68102-1618.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00735363-W 20050116/050114212150 (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.