SOLICITATION NOTICE
Y -- Design & Construction of the new 1,000 member Newtown/Bridgeport Armed Forces Reserve Center (AFRC), Danbury CT
- Notice Date
- 11/18/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-11-R-0017
- Response Due
- 1/17/2011
- Archive Date
- 3/18/2011
- Point of Contact
- Tom Dickert, (502) 315-6177
- E-Mail Address
-
USACE District, Louisville
(tom.e.dickert@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Design & Construction of the new 1,000 member Newtown/Bridgeport Armed Forces Reserve Center (AFRC) consisting of an approximately 112,847 SF Training Center, an approximately 27,010 SF Vehicle Maintenance Shop, approximately 5,341 SF of Unheated Storage, and approximately 35,650 SY of Military Equipment Parking located in Danbury, Fairfield County, Connecticut. The buildings will be of permanent construction with reinforced concrete foundations, concrete floor slabs, structural steel frames, mechanical systems, electrical systems, and security systems. Supporting facilities will include site preparation, paving, fencing, parking space for privately-owned vehicles, and extension of utilities and necessary permits to serve the project. Access for the disabled will be provided. Force protection (physical security) measures are incorporated into the design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. The estimated price range is between $25M and $100M. The project will contain the following options: 1. OMAR Funded Equipment Items; 2. Bona-Fide need - OMAR-Funded Items; 3. Privately Owned Vehicle Parking Area LED Lighting; 4. Photovoltaic Lighting for the Privately Owned Vehicle (POV) and the Military Equipment Parking Areas; 5. Bi-Level Loading Ramp and Associated Paving; 6. Military Equipment Parking (MEP) Heavy Duty Asphalt Paving; 7. Military Equipment Parking (MEP) Concrete Paving; and 8. LEED Gold. Furniture is NOT included in this contract. This solicitation is a Request for Proposal (RFP). A Pre-proposal Conference and site visit will be held. Meeting details will be provided in the solicitation. The technical information contained in the submitted proposal will be reviewed, evaluated, and rated by the Government. This solicitation will be awarded using the Tradeoff (Best Value) approach. The proposal for this procurement consists of the following: Experience (Prime & Designer); Past Performance (Prime, Designer, & Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses); Safety Information; Technical Proposal Information (Renderings, Design Drawings, Design Narrative); Management Plan; Project Labor Agreement Information (if submitted); Subcontracting Plan; Price; and Pro Forma Information. NOTE: Offerors are invited to submit a proposal subject to Project Labor Agreement (PLA) requirements (a PLA proposal), a proposal not subject to PLA requirements, or both. If a PLA proposal is accepted by USACE, the awardee shall be required to execute a Project Labor Agreement (PLA) with one or more appropriate labor organizations for the term of the resulting contract. All evaluation factors, other than cost or price, when combined, are equal to cost or price. The solicitation will be available by download from the Internet only. NAICS code is 236220. Size Limitation is $33.5M. This is an UNRESTRICTED competitive procurement. Contract duration for design and construction is 660 days. Approximate issue date is 8 December 2010 and approximate due date for proposals is 21 January 2011 at 1:00 p.m. Louisville Time (EST). Project documents will be web only. Downloads are available only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. This announcement serves as the Advance Notice for this project. Amendments will be available from the FedBizOps website by download only. General questions may be addressed to tom.e.dickert@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0017/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02329996-W 20101120/101118234314-55de1f91be28600134570c16432315ad (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 |