Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
AWARD

Y -- Design and Construction of a Central Issue Facility (CIF), at McGuire /Ft Dix, Lakehurst, NJ.

Notice Date
6/6/2014
 
Notice Type
Award Notice
 
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-14-R-0027
 
Response Due
2/6/2014
 
Archive Date
7/6/2014
 
Point of Contact
Bjorn, 502-315-6196
 
E-Mail Address
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912QR-14-C-0021
 
Award Date
6/5/2014
 
Awardee
RANCO CONSTRUCTION INC (039015342) <br> 2 COLEMAN CT <br> SOUTHAMPTON, NJ 08088-3585
 
Award Amount
$8,783,220.00
 
Line Number
0001, 0002, & 0003
 
Description
************ AWARD ********** The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-14-R-0027 for the Design and Construction of a Central Issue Facility (CIF), consisting of approximately 51,250 square footage (SF), at McGuire /Ft Dix, Lakehurst, NJ. The CIF will follow the United States Army Corps of Engineers (USACE), Facilities Standardization Program, Medium CIF design. The building will be of permanent construction with reinforced concrete foundations; concrete floor slabs; reinforced concrete or masonry walls; low-slope or sloped roof; Heating, Ventilation and Air Conditioning (HVAC); and plumbing, mechanical, security and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Anti-Terrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 50 years. Energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelope and integrated building systems performance. OPTIONS: The solicitation will contain options for the following: 1.Primary Facility - 60' Warehouse Extension to the CIF Facility Base Bid 2.Primary Facility - Two-ply SBS Modified Bitumen Roof 3.Primary Facility - Drive-Thru Bay 4.Aggregate POV Parking Lot 5.Bituminous POV Parking Lot 6.Aggregate Storage Trailer Lot 7.Operations and Maintenance - Army Reserve (OMAR) Funded Equipment associated with Base Bid Only 8.Operations and Maintenance - Army Reserve (OMAR) Funded Equipment associated with Option 1 Only 9.Operations and Maintenance - Army Reserve (OMAR) Funded Equipment associated with Option 2 Only 10.Bona Fide Need Operations and Maintenance - Army Reserve (OMAR) Funded Equipment associated with Base Bid Only 11.Bona Fide Need Operations and Maintenance - Army Reserve (OMAR) Funded Equipment associated with Option 1 Only 12.Bona Fide Need Operations and Maintenance - Army Reserve (OMAR) Funded Equipment associated with Option 2 only The estimated cost range for the project is between $10 million and $20 million. The Construction Cost Limitation (CCL) for the project is approximately $7,690,000. Offerrors are under no obligation to approach this ceiling. NAICS code is 236220. The construction contract duration is five hundred twenty-five (525) days. This is a single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Safety Information; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are equal to cost or price. This is a full and open competitive procurement. Size Limitation is $33.5M The solicitation will be available by download from the Internet only. The approximate issue date is 7 January 2014 and the approximate closing date is 7 February 2014 at 2:00 PM Eastern time. The official closing date and time will be included in the solicitation. This announcement serves as the Advance Notice for this project. Documents are available for download only through the FedBizOps website at http://www.fbo.gov. Amendments will be available from the FedBizOps website by download only. General questions may be addressed to Kristine Mullaney at 502-315-7406.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-14-R-0027/listing.html)
 
Record
SN03388582-W 20140608/140606235007-20aa0654ffde59f2c1daf93775c90c26 (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.