Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SPECIAL NOTICE

99 -- SECOND ADDITION TO THE U.S. ARMY CRIMINAL INVESTIGATION LABORATORY (USACIL), FORT GILLEM, GEORGIA

Notice Date
3/1/2007
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
USA-SNOTE-070301-009
 
Archive Date
5/30/2007
 
Description
The U.S. Army Corps of Engineers, Savannah District intends to negotiate on a sole source basis with CARMON Construction Inc, 136 Main Street, Albertville, AL 35959, under the authority of 10 U.S.C. 2304 (c)(1), Only one responsible source and no oth er supplies or services will satisfy agency requirements, as defined in FAR Part 6.302-1. The 1st Addition to the U.S. Army Criminal Investigation Laboratory (USACIL) presently under construction will be expanded with the 2nd Addition to the US Army Crimi nal Investigation Laboratory (USACIL). This modification to contract number W912HN-06-C-0073 is for the construction of the 2nd addition to the USACIL. The construction site is located at the USACIL located on Fort Gillem, Georgia. The project consists o f a 37,146 square feet addition to the facility currently under construction. Building systems to be provided include fire alarm systems, automatic building sprinklers, intrusion detection systems, energy monitoring and control systems (EMCS), mass notifi cation, and force protection systems. Supporting facilities include electric service, water, sewer, and gas service; paving, walks, curbs and gutters; storm drainage; erosion control measures; information systems; and landscaping. The new addition will b e constructed within the footprint of the project presently under construction and next to the USACIL that must remain fully operational. The scope of work includes the construction of an attached single story addition to the existing USACIL building and a ssociated site work. In addition, the scope includes demolition and removal work related to connecting the new facility to the existing building, coordination of new work with on-going construction, and all incidental related work. Special conditions for this project require the removal or alteration of existing work in such a manner as to prevent injury or damage to any portions of the existing work to remain. Contractor will also have to repair or replace portions of existing work which have been alter ed during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the completion of work, existing work shall be in a condition equal to that which existed before new work started. Contractor will schedule c onstruction operations in sequence required to obtain the best results where installation of one part of the work depends on installation of other components, before or after its own installation. Contractor will make adequate provisions to accommodate it ems scheduled for later installation. Due to the limited space on-site, the contractor must coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, in cluding mechanical and electrical. The existing facility will remain in operation during the entire construction period. The Contractor shall conduct his operations so as to cause the least possible interference with normal operations of the USACIL. Cont ractor must provide dust covers or protective enclosures to protect existing work that remains and Government material located in the existing building during the construction period. Ensure that new utility lines are complete, except for the connection, before interrupting existing service. Options may be included. The total contract value is expected to be between $5,000,000 and $10,000,000. Interested parties may identify their capability to perform by responding within 30 days after publication of th is synopsis. This notice of intent is not a request for proposals. A determination by the Government not to compete this proposed project is solely at the discretion of the Government. Information received will be considered solely for the purpose of de termining whether to conduct a competitive procurement. For additional information or assistance, please contact Ms. Sandra B. Meyers, Contract Specialist, 912 -652-5324 or Efrain Rosario, Project Manager, 912-652-6120.
 
Record
SN01241893-W 20070303/070301221506 (fbodaily.com)
 
Source
FedBizOpps 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.