Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2007 FBO #2015
SOLICITATION NOTICE

Y -- Construction of new Readiness Center, Fort McClellan Training Site, Anniston, Alabama

Notice Date
6/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36109-0715
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-07-B-0002
 
Response Due
7/19/2007
 
Archive Date
9/17/2007
 
Small Business Set-Aside
N/A
 
Description
The Alabama Army National Guard located at Fort McClellan in Anniston, Alabama and the USPFO for Alabama intends to issue an Invitation for Bids (IFB) to award a single, firm fixed-price contract for services, non-personal to provide for all labor, t ransportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the construction of a new Readiness Center Facility. The site for the new facility is approximately 20.78 acres and will encompass parking for both mi litary and privately owned vehicles in addition to the vertical construction. The project is designed to meet the requirements for a SpiRit Gold rating and includes both a bioretention pond and a ground source geo-thermal heating and cooling system. Vertical construction will consist of a 94,121 square foot two-story Readiness Center, a 400 square foot Unheated Storage building, a 600 square foot Controlled Storage Building, and a 300 square foot Flammable Materials Storage Building. The Readiness C enter building utilizes both structural steel framing and load bearing concrete masonry walls. Structural elements include a first floor concrete slab on grade, a second floor of light weight concrete on metal decking, and a roof structure utilizing metal roof decking, rigid insulation, and standing seam metal roofing. The exterior walls are an EIFS system applied over either metal stud framing or concrete masonry units. The interior walls are a combination of painted concrete masonry units and gypsum bo ard on metal studs. The interior finishes consist of standard office and warehouse finishes as applicable for the various facility functions. The building is designed under the 2003 International Building Code and is classified as a Type II-B unprotected fully sprinkled building. Magnitude of this project is between $10,000,000.00 and $25,000,000.00. A single award is contemplated. Construction/contract completion time is anticipated to take approximately 480 days from notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This action is being procured on an UNRESTRICFTED basis in accordance with the Small business Competitiveness Demonstration Program (Ref: FAR 19(c)(2). All responsible fi rms may submit a bid. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the contractor is a large business. The tentative date for issuing the solicitation is on-or-about June 19, 2007. The tentati ve date for the pre-proposal conference is on-or-about June 29, 2007, 1:00 p.m. local time at Fort McClellan. All interested contractors are encouraged to attend and should be aware of the requirements for admission to the base. The bid opening date is t entatively scheduled on-or-about July 19, 2007. Actual dates and times will be identified in the solicitation. Interested bidders must be registered in the DoD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested bidders are required to submit their representations and certifications on-line at http://orca.bpn.gov . You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov. A link to this si te can be found under Plans at the solicitation website. No telephone requests will be accepted. For s ecurity reasons, all potential bidders, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. For questions, contact Tonja Nummy at 334-271-7334 or tonja.nummy@us.army.mil. DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the EBS page http://www.nati onalguardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidders responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for a bidders inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
Country: US
 
Record
SN01308578-W 20070603/070604105741 (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.