SOLICITATION NOTICE
Y -- Special Operations Facility (SOF) Operations Additions, Fort Bragg, NC
- Notice Date
- 12/14/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-10-R-0042
- Response Due
- 12/31/2010
- Archive Date
- 3/1/2011
- Point of Contact
- Jose Cruz, 912-652-5801
- E-Mail Address
-
USACE District, Savannah
(jose.a.cruz@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- One Phase Design-Bid-Build, Special Operations Facility (SOF) Operations Additions at Fort Bragg, North Carolina Technical Questions: Mr. Steve Welch, 912-652-5657 Contractual Questions: Mr. Jose A. Cruz, 912-652-5108 NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. Description of work: This is a design-Bid-build (100% Fully Design) SOF Operations Additions MILCON Project for the construction of two single-story and one new two-story rigid steel frame, block and brick facility additions on Building M. The total amount of additional square footage to be added to the building equals 33,032 SF. In addition, there is a total of 47,011 SF in renovation planned to Building M. With both the additions and renovations the total project includes site improvements, utilities, mechanical, plumbing and electrical upgrades, force protection, intrusion detection, fire detection/ protection systems, communications systems, energy management control integrated to match the local system, public address system, arms vaults IAW AR 190-1, latrines, showers, team rooms, offices, storage, dining facility seating area, physical therapy area with handicap parking spaces, strength training area, storm water and erosion control measures. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) "Silver ", renovation/expansion work within an existing Sensitive Compartment Information Facility (SCIF) area, and all construction will occur within a high security-controlled area, (A high security control area is defined as an area requiring armed security guard escort at all times, perimeter intrusion detection or access control measures, contractor personnel require identification badges and are subject to random searches of vehicles, equipment and personnel.) The mechanical systems for this project consist of the following: New modular indoor and rooftop air handling units for the DFAC Addition, Gym and HRT Locker Addition, and the CDD/SIGNAL Infill and Base Station Expansion. New "In-Row" chilled water computer room air conditioning (CRAC) units for the new Base Station Server and Server A rooms. Replacement air handling unit's four (4) totals for air handlers serving the existing DFAC, Gym and INTEL areas. A new modular rooftop air handling unit to replace the existing indoor air handler serving the lower level of the SIGNAL wing. Chilled and heating water shall be provided by the existing chilled water central plant. New domestic water heater to compensate for new additions and existing shortages. Includes a new primary heating pump to supply heating water to the domestic water heating system. Options may be included in the contract. This project will be solicited on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 with a hub-zone evaluation preference utilizing a One Phase Design-Bid- Build Request for Proposals. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) part 15.101-1. Offeror's are required to submit a price and technical proposal. Each proposal shall contain the offeror's best technical proposal and best price. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if held) and in making the final best value determination for award. All non-cost factors, when combined, are significantly more important than price. Offeror's are reminded to carefully review solicitation documents once issued, to include all evaluation criteria, as criteria as stated in the solicitation shall govern. The estimated magnitude of this project is between $15,000,000.00 and $25,000,000.00. This solicitation will be issued in electronic format only. It will be available on or about January 2011 on the Internet at https://www.fedteds.gov. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Jose A. Cruz, Contract Specialist (912) 652-5108 or via e-mail at jose.a.cruz@usace.army.mil Technical Questions: Mr. Steve Welch (912) 652-5657
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-R-0042/listing.html)
- Place of Performance
- Address: USACE District, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Zip Code: 31402-0889
- Record
- SN02343627-W 20101216/101214234142-847fb0f064f03e1650338d718e869fe7 (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 |