SOLICITATION NOTICE
Y -- Everett-Seattle Armed Forces Reserve Center, Marysville, Snohomish County, Washington
- Notice Date
- 5/21/2009
- 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, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-09-R-0061
- Response Due
- 7/7/2009
- Archive Date
- 9/5/2009
- Point of Contact
- Erin Quinn-Neuendorf, 502-315-6205<br />
- E-Mail Address
-
US Army Corps of Engineers, Louisville
(erin.g.quinn@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Construct the new approximately 1,200 member Everett-Seattle Armed Forces Reserve Center (AFRC) consisting of an approximately 160,000 square (SF) Training Center and an approximately 20,000 SF Vehicle Maintenance Shop in Marysville, Snohomish County, Washington State. The buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, mechanical systems, and electrical systems. Supporting facilities will include site preparation, paving, fencing, and extension of utilities to serve the project. The estimated cost range for this project is $25M to $100M. The Construction Cost Limitation (CCL) for this project is $44,700,000. Offerors are under no obligation to approach this ceiling. This is an UNRESTRICTED procurement. NAICS code is 236220. Size limitation is $33.5M. The base construction contract duration is approximately 630 days. The solicitation will contain options for the following: Non-Bona Fide Need OMAR; Bona Fide Need OMAR; overhead crane for the OMS building; all costs associated with the connection point off 40th Avenue Northeast not being available at time of construction; and Displacement Rammed Aggregate Pier Soil Reinforcement System. An option will also be included to shorten the construction duration. The proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) Source Selection Process with the following rated evaluation criteria: Prime Contractor Past Experience and Prime Contractor Past Performance. A small business subcontracting plan is required for large businesses. The current goals for the Louisville District are: 70% to Small Business, 6.2% to Small Disadvantaged Business, 7.0% to Women-Owned Small Business, 9.8% for Hubzone Business, 0.9% to Service Disabled Veteran Owned Small Business, and 3.0% to Veteran Owned Small Business. The approximate issue date is 04 June 2009 and approximate closing date is 07 July 2009, 2:00pm Eastern Time. Project documents will be issued via the web only. Downloads are available via the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov. Amendments will be available only through the FedBizOpps website. This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUBZone 10% price evaluation preference. This announcement serves as the advance notice for this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-R-0061/listing.html)
- Place of Performance
- Address: East side of intersection of 136th Steet NE and proposed 40th Avenue NE Marysville WA<br />
- Zip Code: 98271<br />
- Zip Code: 98271<br />
- Record
- SN01825359-W 20090523/090522000009-f1f9f83932a116ed84d6604edc1612d5 (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 |