SOLICITATION NOTICE
Y -- ARMY RESEARCH LABORATORY-VEHICLE TECHNOLOGY FACILITY (ARL-VTF)
- Notice Date
- 3/23/2009
- 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 Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-09-R-0049
- Response Due
- 5/19/2009
- Archive Date
- 7/18/2009
- Point of Contact
- SARIKA McCOY, 4109620175<br />
- Small Business Set-Aside
- N/A
- Description
- U.S. Army Corps of Engineers (USACE) plans to issue a Request for Proposal (RFP) for the Design Bid Build (DBB) of a two story Army Research Laboratory-Vehicle Technology Facility (ARL-VTF). The proposed procurement is unrestricted with NAICS code 236220 with a size standard of $33.5M. The construction of the new Army Research Laboratory-Vehicle Technology Facility will be located at Aberdeen Proving Ground, MD. The solicitation will be available on or about 09 April 2009 with proposal due on or about 19 May 2009. Estimated cost of the construction will be between $10M and $25M. Construction duration is 630 days from receipt of notice to proceed. The facility will contain an administration and testing laboratory in one building to be constructed just north of the Rodman Building (Building 4600). The building will be physically separated between the Administration and Laboratory functions by means of expansion joint and insulated walls to control noise and vibration generated by the adjacent lab and mechanical spaces. The Administration portion of the building contains two floors for a total of 15,890 GSF. The testing laboratory portion of the building contains one floor of lab cell functions and ancillary spaces for a total of 19,703 GSF. The entire building is a total of 35,593 GSF. Primary facility includes JP8 fuel storage and supply lines, isolated concrete flooring, blast and containment resistance, acoustics, intrusion detection system (IDS), antiterrorism measures, building information systems, compressed air, fire protection and alarm systems, and connection to Energy Monitoring and Control System (EMCS). Supporting facilities include electrical service; water, sewer, and gas; parking with access roads, paving, walks, curbs and gutters; storm water management; site improvements; information systems, and exterior lighting, anti-terrorism and force protection measures (laminate glass, rated exterior doors, vehicular site restrictive features, and setbacks) to be provided. Access for individuals with disabilities will be provided. Heating and air conditioning will be self-contained systems. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Large business firms will be required to submit subcontracting plans with their proposals for the purpose of this procurement, the following goals are considered reasonable and achievable during the term of the contract: 70%(minimum) of the planned subcontracting dollars to be placed with small business concerns. (The following are subsets of the small business goals); And of that portion placed with small business concerns, 6.2% shall be placed with small disadvantaged business concern, to include HBCU/MIs; 7% to be placed with women owned small businesses; 9.8% to be placed with HUBZones small businesses; 3% to be placed with veteran owned small businesses and.9% to be placed with service disabled veteran owned small businesses. All qualified responsible sources may submit a proposal which shall be considered by the agency. The solicitation will be provided in an electronic format on or around the 9th of April 2009. After issuance of the solicitation, contractors may view and/or download the solicitation and all amendments. Plans and specifications will not be available in paper format. Oral Communications are not acceptable. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). You must be registered with the Central Contractor Registration Database (CCR) and Online Representations and Certifications (ORCA) to receive a Government contract award. You can register with the CCR at www.ccr.gov and ORCA at https://orca.bpn.gov/. All offerors are encouraged to visit the Baltimore Districts public website, CURRENT ACQUISITION OPPORTUNTIES (www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web pages (www.fedbizopps.gov); USE THE BALTIMORE DISTRICT ACRONYM-W912DR-IN THE SEARCH FEATURE; to view other Baltimore District business opportunities. Point of Contact Sarika N. McCoy, Contract Specialist, Phone (410) 962-0175, Fax (410) 962-0933, Email sarika.n.mccoy@usace.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46b79a943c1149a62a24e7a12a6e7463&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD<br />
- Zip Code: 21203<br />
- Zip Code: 21203<br />
- Record
- SN01775262-W 20090325/090323215221-46b79a943c1149a62a24e7a12a6e7463 (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 |