Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
AWARD

C -- Construct / Expand S. Gate Road and Construct So. Gate Search Area Kingsley Field ANG Base.

Notice Date
5/2/2011
 
Notice Type
Award Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-11-R-0002
 
Archive Date
6/1/2011
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912JV-11-C-0005
 
Award Date
5/2/2011
 
Awardee
Z C S INC (178426755) <br> 900 KLAMATH AVE<br> KLAMATH FALLS, OR 97601-5808
 
Award Amount
$39,561.00
 
Description
The selected AE shall be responsible for the professional quality, technical accuracy and coordination of all services required under this contract. The selected A-E shall provide Type A, B, and C design services for the construction of new pavements and a large vehicle search area with alternate security guard house. The A-E will provide a complete set of plans and specifications of suitable quality and completeness for construction proposals. The A-E effort includes all plant, labor, equipment, appliances, and materials, and provides all necessary travel and services required to compile engineering data, perform field measurements, take videos and photographs, perform design computations, furnish drawings and technical specifications, incorporate owner and user design review comments periodically as the design is developed, calculate estimated construction costs, perform construction inspection services and provide final cost estimates covering work herein described by the final design and specifications for the construction of south gate base pavements and south gate search area. Project elements include: construction of asphalt pavements with associated base rock and subgrade preparation. Removal and rehabilitation of some existing roadway if need is determined through design processes. Provide adequate access to base facilities from south gate and adequate maneuvering space for large semi trucks while maintaining base traffic flows. Design should protect base personnel, maintain traffic connectivity and provide safe parking and accesses for large commercial delivery trucks. Incoming and outgoing vehicles should be protected and not interfere with nearby active railroad lines. Construct an adequately sized properly configured covered search area and alternate guardhouse with truck driver waiting area that meets all design guidance and regulation. The A-E will be responsible to provide a type A-I (15%), A-II (35%), B-I (65%), B-II (95%), B-III (100%) submittals that includes construction cost estimates as well Type C inspection services. The selected AE shall accomplish the design services required under the contract so as to permit the award of the contract, using standard Federal Acquisition Regulation procedures for the construction of the facilities designed at a price that does not exceed the estimated construction contract price; this information will be established at during negotiations between the government and the AE. Type A-II may be included as an option and will be exercised at the discretion of the government. Type B and Type C services will be included as options and will be exercised at the discretion of the government. Type B Design Services is subject to statutory six percent of the estimated construction cost. The 100% drawings and specifications shall be suitable quality and completeness for bidding by a single contractor. The preliminary design schedule is expected not to exceed one hundred and thirty five days calendar days (135 days). This schedule does not include days afforded to the government for design reviews. Type A Services will be awarded at this time. Project elements are required to be designed to meet all Air Force, Air National Guard, OSHA and DEQ regulations and comply with the 2009 173d FW Master Plan. In addition, all required or appropriate environmental provisions shall be addressed as well as the identification of agencies and regulatory documentation which may be required for (but not limited to): storm water runoff management, oil/water interception for storm runoff, hazardous material abatement, ability to contain fuel spills from fuel delivery vehicles and any other items as may be identified through the design process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/Awards/W912JV-11-C-0005.html)
 
Record
SN02437493-W 20110504/110502233953-d8e7fdceec11f704e18e70e710731f28 (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.