Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Design-Build Renovation of Building 4216
June 30, 2006
10:44 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

[FONT=Verdana]This proposed procurement is unrestricted; the NAICS is 236220 with a size standard of $31,000,000.00. Design-Build Renovation of Building 4216, Fort George G. Meade, Maryland is being advertised as a Request for Proposal (RFP). This request for proposal requires separate technical and cost proposals to be evaluated based on Best Value for award of the project. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Estimated cost of construction is between $1,000,000.00 and $5,000,000.00. Work under this project consists of comprehensive renovation of Building 4216 to support new tenants. Features of work include architectural, comprehensive interior design services, upgrade/replacement of mechanical systems, structural, electrical upgrades/replacement, electronic security, communications, plumbing, fire protection, fire pump w/ water line extension, fire suppression/alarm systems, some window replacement, miscellaneous roof/flashing repairs, mold/asbestos abatement, elevator construction, exterior egress stair/ramps, and general code compliance. Large business firms are required to submit a subcontracting plan with their proposals. A subcontracting plan will be consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 65% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 10% with Women-owned small businesses (WOSB); 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3 % with Service Disabled Veteran-owned small businesses (SDV). It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA, SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Technical Data Solution System (FedTeDS) -- a one-time registration process for vendors/contractors -- Accounts may only be attained by CCR-registered contractors/vendors, go to http://www.fedteds.gov for additional information. After issuance of the solicitation, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912DR-06-R-0052. Plans and specifications will not be available in paper format. Use of the FedTeDS website requires prior registration at http://www.fedteds.gov. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. All offerors are encouraged to visit the Baltimore District's public web site, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM - W912DR - IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. Questions on this solicitation can be sent to Patricia Adams at [email]patricia.a.adams@nab02.usace.army.mil[/email]. Issuance of the solicitation will occur on or about 27 June 2006, and proposals due on or about 27 July 2006.[/FONT]

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online:
40 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3037

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19252

Posts: 27485

Administrators: JOHN: 7602, John: 6249