Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

Y -- Weapons Repair Shop

Notice Date
2/26/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0031
 
Point of Contact
Edwina S Frayall,, Phone: 912-652-5987
 
E-Mail Address
edwina.s.frayall@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Description of work: This is a Single Phase Design Build for design and construction of a Small Arms Weapons Repair Shop at Fort Benning, GA not to exceed 22,832 sf. Functional areas include rooms/areas for Communication Equipment repair; Optical Equipment repair; Small Arms repair; Weapon Sight repair; Weapons Repair Bay; Weapon Quality Check and Test Firing Booth and Parts Storage area. Administrative functions include Open Office area; Supervisor Office; File Storage; Entry Vestibule; Security Office; Issuing/Receiving Office; Break Room and Latrine/Shower/Locker area. Scope of work also includes site preparation and infrastructure. Provide for installation of Intrusion Detection System (IDS), connection of energy monitoring and control systems (EMCS), information network and building information systems. Support facilities include access roads and drives; parking lot; paving; walks; curbs; gutters; lighting for parking lot and security purposes; site improvements; water, sewer, and natural gas services; exterior communications; fire protection; storm sewer system; site preparation, erosion control grassing, landscaping; and signage. Antiterrorism (AT) measures include stand-off distances; laminated glass; mass notification systems; HVAC ventilation protection and vehicle barriers. Comprehensive building and furnishings related interior design services are required. This project will be solicited on a set aside for small business basis utilizing a Single Phase Design Build Request for Proposals. This procurement will be procured using a best value Performance Price Trade-Off Request for Proposals (RFP), in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The resultant contract will be Firm Fixed Price. Offerors are required to submit a price and technical proposal. Each proposal shall contain the Offeror's best technical proposal and best price. Price will not be scored, but will be factor in establishing the competitive range prior to discussions (if held) and in making the final best value determination for award. PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. Offerors are reminded to carefully review solicitation documents once issued, to include all evaluation criteria, as criteria as stated in the solicitation shall govern. Joint Ventures are allowable on 8(a) competitive and sole source set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations and guidelines. Any corrections and/or changes can be made only when your BDS has adequate time for a thorough review before the proposal due date. No corrections and/or changes are allowed after time of submission of proposal or bids. The estimated magnitude of this Project is between $5,000,000 and $10,000,000. This solicitation will be issued in electronic format only and will be available on or about 12 March 2009 on the Internet at www.fedteds.gov. Notification of amendments will be through use of the internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information, please contact Edwina S. Frayall, Contract Specialist, at 912-652-5987 or via e-mail Edwina.s.frayall@usace.army.mil. Technical Questions: Mr. Mark Puhalla, (912) 652-5696. NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e1453e16f751a53ea8a6cb3a432958b&tab=core&_cview=1)
 
Place of Performance
Address: Fort Benning, Georgia, United States
 
Record
SN01757855-W 20090228/090226220557-6e1453e16f751a53ea8a6cb3a432958b (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.