SOLICITATION NOTICE
Y -- Project Title and Location: Child Development Center, JFC Brunssum NATO, USAG Schinnen, Netherlands
- Notice Date
- 5/28/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB10R0047
- Response Due
- 6/14/2010
- Archive Date
- 8/13/2010
- Point of Contact
- Kathleen A. Kern, 004961197442621
- E-Mail Address
-
USACE District, Europe
(kathleen.kern@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Project Title and Location: Child Development Center, JFC Brunssum NATO, USAG Schinnen, Netherlands, The U.S. Government is soliciting interest for a firm, fixed-priced construction contract. Work will consist of constructing a new The project is to Construct a modified standard design, 226 capacity, combined Child Development Center (CDC), School Age Services and Youth Center for children aged 0-18 years. There will be separate areas for children aged 0-5 (99 spaces), aged 6-10 (60 spaces) and 11-18 (60 spaces). The facilities for school aged children will support baseline programming with a computer lab, homework center, activity rooms, demonstration/teaching kitchen, storage areas and a multipurpose room for fitness and sports. The pre-school area will include specific use areas for toilets, diapering stations, and staff toilet. Staff lounges and training facilities will be included. Provide a small multi-purpose room, a joint lobby, a kitchen/food prep area and a laundry. Provide outdoor play areas for pre-school and school aged children. Provide administrative space for the director of each age group and administrative areas for overall child services administration. Install a Video Surveillance System. Provide connection to energy monitoring and control system (EMCS). Accessibility for individuals with disabilities will be provided. The supporting facilities include utilities, electrical service, communications, accessible walk, safety surfacing, path and road ways, paving, gutters, storm drainage, fencing, and site improvements. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. The School Age and Youth Centers will meet the requirements of UFC 4-740-01. The facilities for school aged children must support baseline programming with a computer lab, homework center, activity rooms, demonstration/teaching kitchen, storage areas and a multipurpose room for fitness and sports. The pre-school area will include specific use areas for toilets, diapering stations, and staff toilet. Staff lounges and training facilities will be included. The building will be partitioned for the three age groups but will share a small multi-purpose room, mechanical and electrical rooms, as well as joint lobby and the kitchen/food prep area. Janitor's closet and laundry are required. There will be separate outdoor play areas for pre-school and school aged children. There will be administrative space for the director of each age group located within the area for that age group plus a separate administrative are for overall child services administration. This project will be designed for accessibility and usability by individuals with disabilities. Facility to be child friendly, designed to support risk management, easily adaptable for staff and relatively maintenance free. Accessibility for the handicapped will be fully provided and will comply with U.S. health, safety, fire and program, force protection and security criteria. The project site is located within a guarded NATO installation, secured by a perimeter fence. Child Development Center's anti-terrorism and force protection measures will address EUCOM standards for windows, interior and exterior doors, exterior security lighting, and site work. The construction site selection included security safe standoff zones and/or perimeter barriers. Full compliance shall be maintained with Host Nation laws and the DMOD (Dutch Ministry of Defense). Applicable environmental standards will be incorporated into the project. The selected site for the new project has no identified environmental pre-conditions. No current buildings will be demolished and the status of asbestos does not apply to this project. In accordance with DFARS 236.204(i) -- Disclosure of the Magnitude of Construction Projects the estimated price range of this projected is: US$10,000,000.00 and US$25,000,000.00. FSC: Y139 NAICS: 236220 All interested firms are requested to demonstrate compliance with the qualification requirements provided in this announcement. Firms shall submit the documentation to the U.S. Army Corps of Engineers, Europe District, as required, that demonstrates the firm meets the qualification requirements, on or before 23 December 2009 no later than 1530 or 03:30OM CET. The solicitation will be issued free of charge by downloading the documents from the FTP Website. The Website address will be provided to all qualified offerors at a later date as will the date and location of the pre-proposal conference. Firms are required to provide the physical address for express mail delivery, telephone number, facsimile number, e-mail address and the name of an English speaking point of contact. Late submissions will not be considered. Offerors may send their required documentation by hand carrying or mailing to the address: U.S. Army Corps of Engineers, Europe District Attn: Mr. Tracy Wickham / Ms. Kathleen A. Kern Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany Telephone Number: +49 (0)611 9744 2621 or 2620 Facsimile Number: +49 (0)611 9744 2618 CCR REGISTRATION A foreign company that performs work outside the United States is required to register in the Central Contractor Registration (CCR) system in order to be awarded a contract, except under extenuating circumstances, in accordance with Federal Acquisition Regulations 4.1101(a)(5) in the FAR. (http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/04.htm#P463_53254) Related Links " NCAGE http://www.dlis.dla.mil/Forms/Form_AC135.asp " D&B Web Form for DUNS Number Request http://fedgov.dnb.com/webform " International FAQ's https://www.bpn.gov/ccr/fAQ.aspx#international " https://www.bpn.gov/ccr/international.aspx Please register with the following: International Registrants Step 1: Obtain a new or existing Data Universal Numbering System (DUNS) Number from Dun and Bradstreet (D&B) by using the online web form (http://fedgov.dnb.com/webform) process. If you require additional D&B assistance, please email ccrhelp@dnb.com. Step 2: Get an NCAGE code before beginning your registration in CCR. Foreign companies must first obtain a North Atlantic Treaty Organization (NATO) CAGE (NCAGE) code from the appropriate source. Use the NCAGE online form (http://www.dlis.dla.mil/Forms/Form_AC135.asp) to obtain an NCAGE. In block 2 of the form, select - Other - if your country is not listed. If the form cannot be submitted via internet, or you have any questions about this form or have problems with it, call +9269 9617766 (DSN 661-5757) or send a message to NCAGE@dla.mil. Step 3: Register in CCR. You may begin your CCR registration 24 hours after you have received your D&B DUNS number. A U.S. Tax Identification Number (TIN) and Electronic Funds Transfer (EFT) information are NOT required if you are located in a foreign country.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0047/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09049
- Zip Code: 09049
- Record
- SN02163958-W 20100530/100528235859-8f6b89a7f894f96fbe2ee0d6bff14aae (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 |