Federal Bid

Last Updated on 13 Sep 2004 at 5 AM
Solicitation
Omaha Nebraska

Y--Aeromedical Evacuation Training Facility

Solicitation ID W9128F-04-R-0019
Posted Date 24 May 2004 at 5 AM
Archive Date 13 Sep 2004 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Omaha Nebraska United states 68102
On or about 11 JUNE 2004, this office will issue Request for Proposals for the construction of Aeromedical Evacuation Training Facility. Proposals will be opened on or about 15 JULY 2004. There will not be a public opening. This solicitation is unre stricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact Dave Zwieg at the US Army Corps of Engineers, (612) 713-5981 (cell 612-290-3349; fax 612-713-5982; email Dav [email protected]). Company name and names and drivers license numbers of persons visiting the site, along with a statement of the purpose of the visit, need to be emailed or faxed to Dave Zweig, for security clearance. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following:(Approx. quantities). The facility is approximately 13,250 square feet and houses an Air Force Reserve Aero Medical Evacuation unit. The facility is planned with the administration/ office functions located along the front half (south) of the facility and the warehouse and class room functions located along the back half (north) of the facility. The facility has enhanced natural light features, shading devices, clearstory windows allowing light deep into the building, earth berming, natural ventilation, etc. The building is constructed of poured in place concrete perimeter walls and brick veneer, with composite metal panel accents at me chanical rooms and areas not suitable for brick. The roof is supported with straight and curved steel bar joists and a column and beam framing system located along the clearstory. Standing seam metal roofing is utilized over the entire roof. There is an ad ministration area of the facility and a warehouse/class room area. The mechanical system is zoned to be efficient when parts of the building are unoccupied. The electrical power and communication are flexible and accommodating to the function. There is a p harmacy that is similar to vault construction. Acoustical ceilings, acoustical wall panels, and floor to roof deck wall construction are included. Most interior walls are steel studs and drywall. The walls surrounding the warehouse and pharmacy are abuse r esistant concrete. The estimated construction cost of this project is between $2,500,000 and $5,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for con struction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2004:(a) Small Business: 57.2% of planned subcontracting dollars.(b)Small Disadvantaged Business:10.0% of planned subcontracting dollars*.(c) Women Owned Small Business:10.0% of planned subcontracting dollars*.(d)Service-Disabled Veterans:3.0% of planned subcontra cting dollars*.(e)Hubzones:3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 365 calendar days after re ceipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an or iginal signature by an officer of the surety. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifi cations will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet addre ss: http://ebs-nwo.wes.army.mil/ Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of t he synopsis and click on the link for Registering. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of the same should be made to: Polina Poluektova 402-221-3705. Telephone calls regarding Small Business matters should be made to Hubert Carter at: 402-221-4110. Telephone calls on conten ts of drawings and specifications should be made to the Project Manager Robert Matya at: 402-221-3828 or Specification Section to Joel Woods at: 402-221-4529.
Bid Protests Not Available

Similar Past Bids

Alexandria Louisiana 12 Jan 2016 at 8 PM
Trenton New jersey 21 May 2007 at 4 AM
Maxwell Indiana 06 Sep 2012 at 5 PM
Oklahoma city Oklahoma 08 Nov 2023 at 7 PM
San antonio Texas 06 Jun 2005 at 5 AM