SOLICITATION NOTICE
Y -- Design-Build, Advanced Chemistry Laboratory (ACL), Soldier, Biological & Chemical Command (SBCCOM), Aberdeen Proving Ground, MD
- Notice Date
- 1/25/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACA31-02-R-0013
- Response Due
- 1/30/2002
- Archive Date
- 3/1/2002
- Point of Contact
- Regina Wheeler, 410-962-3204
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Military
(regina.m.wheeler@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Y?Advanced Chemistry Laboratory (ALC), SBCCOM, Edgewood Area, Aberdeen Proving Ground, MD. This proposed procurement is Unrestricted. NAICS233320/SIC Code 1542, size standard $27,500,000.00. Estimated cost of construction is between $25,000,000.00 an d $100,000,000.00. Completion is approximately 30 months.. Work consists of providing a state-of-the-art advanced super-toxic chemistry laboratory and an administrative facility. The new 112,672 SF facility, Advanced Chemistry Laboratory (84,172 SF) and Administration Building (28,500 SF), is for work with super toxic chemical warfare agents and related weapons of mass destruction. The existing capability to work with neat chemical warfare agents is unique to the Army. The Edgewood facilities are our nation?s sole provider of total life cycle chemical agent research, development, evaluation and agent production expertise. The equipment and scientists that work in these facilities are our nation?s premier source of expertise involving super toxic chemi cal warfare are agents, lethal industrial materials and related weapons of mass destruction. In addition to having highly trained personnel to safely work with these materials sound engineering controls and building systems are required. This project has critical life safety, health and environmental issues that will impact our scientists, the community they work in and ultimately the war fighter. The laboratories require numerous special chemical fume hoods with ultra-efficient carbon filters, extensive ventilation and air distribution systems and environmental controls, electrical back-up systems, casework, food service equipment, epoxy coating surfaces. Site work will include paving, walks, curbs, storm drainage, and anti-terrorism and force protectio n measures. The ALC is located at Aberdeen Proving Ground, Maryland, approximately 20 miles north of Baltimore. A pre-proposal conference will be held at the Edgewood Area of Aberdeen Proving Ground. The date for this conference will be stated in the Se ction 00100 of the solicitation. The project will be advertised as a Request for Proposal (RFP). Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. This procurement will be conducted in accor dance with FAR Part 15.3, Source Selection, using the ?best value procurement process?. ?Best Value? will be determined using a ?Trade-Off? process, comparing price, technical, and other factors. The evaluation will consist of two Phases. The evaluation of Phase I will be of the offeror?s specialized Design/Build Experience of Toxic Labs, Past Performance and Technical Qualifications, and Previous Experience of Offeror?s Design/Build Team. Under Phase I, two to four offerors will be selected. These Off erors may be paid a stipend to provide technical review comments of the Specifications for the Request for Proposal package. The evaluation in Phase II will be of the offeror?s bid for the Design/Build Project, Schedule for Design and Construction, Qualit y of RFP Comments, and Risk to the Government. Other factors may be included. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms that are selected to compete in Phase II are required to submit a subcontracting plan at the time for receipt of their proposals.. The subcontracting goals are 60% for small business, 15% for small disadvantaged business, 8% for women owned small business, 3% for Hubzone small businesses and 3% for veterans. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, contact (1) CCR Web sit e at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. T o review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses 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 c ontractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. Solicitation to be issued o/a 10 Dec 01; opening o/a 9 Jan 02. This solicitation will not be issued in paper. Contra ctors requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/offerors mailing lists by going to website: https://ebs.nab.usace.army.mil. Contractors may view and/or download solicitation informa tion from this internet site. Questions concerning this project can be e-mailed to Ms. Regina Wheeler at Regina.M.Wheeler@nab02.usace.army.mil.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN20020127/00018965-020125210153 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |