SOLICITATION NOTICE
Y -- BRAC GATE-5 FE WARREN AFB WY
- Notice Date
- 5/9/2008
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, Attn: CENWO- CT, 106 S. 15th Street, Omaha, Nebraska, 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-08-R-0029
- Response Due
- 5/28/2008
- Point of Contact
- John D Denning,, Phone: 402-995-2053, Julia Siderewicz, Phone: 402-995-2063
- E-Mail Address
-
john.d.denning@usace.army.mil, julie.k.siderewicz@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities Information SOLICITATION NO. W9128F-08-R-0029 On or about 23 May 2008, this office will issue Request for Proposals for design and construction of the BRAC Gate-5 (Construct Overwatch, ECF, GOV/POV Check, Canopy and Gatehouse). The solicitation will close on or about 2 July 2008. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit will be held on 19 June 2008 with assembly at the Gate 5 site location. Contractors interested in inspection of the site should contact U.S. Army Corps of Engineers F.E. Warren Project Office, Mr. Jeff Kaiser (307) 773-3006. Please provide your name and company information to establish a site visit roster. The project office will provide additional information on accessing the Gate 5 site location. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See “Obtaining Solicitation Documents” below. _______________________________________________________________________________ Project Description (Approx. quantities) New BRAC Gate 5 design-build work will consist of providing a new base Entry Control Facility (ECF) to include site work as follows: milling and removal of existing asphalt pavements, clearing and grubbing of the site, finish grading work, aggregate base course work, new asphalt pavements for roads and parking areas (approx. 108,000 SF), curb and gutter, landscaping (boulders, trees and shrubs), gates and fencing, pop-up barriers, speed tables, bollards, traffic control signaling, site electrical power and lighting, comm., gas and water. Facility work includes: new Gatehouse, COV Inspection, ID Check Stations, and Overwatch. Facilities will require cast-in-place concrete foundation work, concrete walk areas, HVAC, plumbing, electrical and comm. Interior facility rooms include Admin., Driver Waiting, Rest Rooms, Janitor Closet, Elec/Comm and Storage. Total GSF of facilities required is approx. 3,200 SF. Design and construction will comply Anti-Terrorism-Force Protection requirements per Unified Facilities Criteria. RFP Evaluation Criteria (This is a Design-Build Project) Firms participating in the RFP will submit technical requirements in accordance with Section 00 22 00: PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Construction and Design Experience, Construction and Design Past Performance, Key Construction and Design Personnel, Project Management Plan, Utilization of Small Business). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value for will considered after reviewing price and technical factors. The estimated construction cost of this project is between 2.5 and 5.0 million dollars _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the design, design reviews and construction work 390 calendar days after receipt of Notice to Proceed. 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 signature by an officer of the surety. Obtaining Solicitation Documents: This office will no longer send copies via paper or CDs of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeDS. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS in note 2 below. The process to download from FedTeDS is: 1.Find solicitation announcement in Fed Biz Opps at: www.fbo.gov 2.Once you open the solicitation announcement on Fed Biz Opps, there will be a link provided to the solicitation on FedTeDS. Click on the link. 3.If you are a first time user, you will have to register as described in the information included below; if not log in and open the solicitation. 4.Once you have the solicitation open, you can begin downloading the various files to your location. Registration instructions can be found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register. 1.Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN 2.DUNS Number or CAGE code 3.Telephone Number 4.E-Mail address Obtaining Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders List and Receiving Notifications or e-mail of changes to a solicitation, Federal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and submit. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Federal Data Technical Solutions or FeDTeDS will add a similar feature in the near future. Questions regarding the ordering of the same should be made to: 402 995 2063. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager (Michael Pisci) at: (402) 995 - 2775 or Specification Section at: (402) 995 2184. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 106 South 15th Street Omaha, NE 68102 1618
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=376cdd4560dc5ac02c54726f6ee316b7&tab=core&_cview=1)
- Place of Performance
- Address: FE WARREN AFB WY, FE WARREN AFB, Wyoming, United States
- Record
- SN01570032-W 20080511/080509215507-376cdd4560dc5ac02c54726f6ee316b7 (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 |