Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
MODIFICATION

Y -- Y - Construct Urban Search and Rescue Facility

Notice Date
8/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-09-R-0005
 
Point of Contact
Michael S Mastalski, Fax: 8605244874, Karlene M Falk, Phone: 860-524-4871
 
E-Mail Address
michael.mastalski@us.army.mil, karlene.falk@us.army.mil
(michael.mastalski@us.army.mil, karlene.falk@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The Army National Guard in Connecticut intends to issue a Request for Proposals to award a single, firm-fixed price contract for the design and construction of a new Urban Search and Rescue Facility. The Work consists of the following: 1. The Work includes design and construction of new Urban Search and Rescue (USAR) facility. The facility includes two rubble piles with associated manholes, tunnels and observation platforms. Electrical work required consists of power and outlets at props and site lighting. 2. USAR Course Construction (Rubble Pile): The rubble site shall have a minimum average height of 10 feet and consist of an area of 3500 to 5000 square feet. It should consist predominantly of concrete or a mixture of materials common to disaster sites. There will be two separate search sites, each site will be no closer than 20 feet to the other. This project when completed will need to obtain a FSA-1 rating. the following link http://www.disasterdog.org/index.htm is provided for your reference. The CSSP standards identify the testing procedures and construction needs. See pages 11 through 20. 3. The Work includes all site/civil, architectural, structural and electrical systems Project will be constructed under a design-build single prime contract for all Work. The anticipated performance period for design and construction is 180 calendar days. The estimated price range is between $500,000 and $1,000,000. This procurement is being solicited using the two phase design build selection procedures in FAR 36.3. The phase one proposal closing date is 24 August 2009. The source selection process will be conducted in accordance with FAR part 15 and DFARS part 215. Phase one evaluation factors are: 1. The past performance of the offerors team; 2. Basic technical approach; 3. Capability to perform the project. Price is not to be included in the phase one proposal. Following the review, evaluation, and rating of the phase one proposals, the Government intends to select a minimum of two but not more than 5 of the highest rated teams to advance to phase two. The phase two evaluation factors are: 1. Price; 2. Design Concept; 3. Design and Construction Schedule. This project is set-aside exclusively for Hub-Zone small business participation. The solicitation will be issued via the web only. Offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-09-R-0005/listing.html)
 
Place of Performance
Address: US Army, Camp Hartell, 580 North Street, Windsor Locks, Connecticut, 06096, United States
Zip Code: 06096
 
Record
SN01915432-W 20090820/090818235635-37c23fa183814dadca4b8fd85c574ebb (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.