SOLICITATION NOTICE
Y -- DESIGN/BUILD FY 00/01/02 DORMITORIES, LACKLAND AIR FORCE BASE, SAN ANTONIO, TEXAS.
- Notice Date
- 2/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-02-R-0009
- Response Due
- 4/8/2002
- Archive Date
- 5/8/2002
- Point of Contact
- Lisa Yale, 817/886-1065
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth - Military
(lisa.k.yale@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This project consists of three new Permanent Party Dormitory facilities for the Air Education and Training Command (AETC) at Lackland Air Force Base, Texas. The dormitories are designated individually as FY 2000 Dormitory, FY 2001 Dormitory and FY 2002 Do rmitory, and are designated jointly as FY 00/01/02 Dormitories. Each dormitory will house up to 96 persons each. Using a two-phase, competitive negotiation procurement process, the Department of Army desires to obtain Design and Construction of the proje ct. If awarded the contract, the successful offeror shall complete the design and construction documents and shall construct the new facilities. This facility shall be designed and constructed for handicap accessibility to the building entrance, Great Roo m, Office and adjacent toilet rooms in accordance with the Uniform Federal Accessibility Standards and to the extent greater accessibility is provided, the American with Disabilities Act Accessibility Guidelines (ADAAG). Handicap accessibility is not requ ired to personnel billeting areas of the building. Site work shall include utilities, landscaping, irrigation, sidewalks, paving, parking lots, service roads and other amenities. Duration of the project is approximately 540 calendar days. This solicitati on will be evaluated under the Two Phase Design Build Process. The evaluation criteria for Phase I shall be evaluated to determine the highest qualified contractors and invite them into Phase II for submission of Phase II proposals. The following evaluat ion criteria listed are of equal importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase I ? Project Organization and Personnel; Experience; Past Performance; and Financial Capability. Phase II ? Volume I: Design Proposal; and Preliminary Project Schedule. Volume II: Cost/Price Proposal and Subcontracting Plan. Estimated Cost Range: $10,000,000 to $25,000,000. The North American Industrial Classification System (NAICS) Code applicable to this project is 233220, Multifamily Housing Construction, which corresponds to SIC Code 1522. The Small Business Size Standard is $27.5 Million and will be advertised UNRESTRICTED. Proposals from large business firms must comply with FAR Clause 52.219-9 regar ding the requirement for submission of a Subcontracting Plan. The Fort Worth District subcontracting goals are for specified percentages of the contractor's total planned subcontract amount to be placed with the following: Small Business, 61.4%; Small Disa dvantages Business, 9.1%; Women-Owned Small Business, 5.0%; Veteran-Owned Small Business, 3.0%; Historically Black Colleges/Universities and Minority Institutions (where applicable), 2.0%; and HUBZone Small Business, 2.0%. Solicitation to be issued on or about 08 March 2002. Proposals due on or about 08 April 2002. The plans and specifications have been placed on Compact Disk (CD-ROM) and will be provided free of charge on the issue date. Plans and specifications will not be provided in a paper hard copy format. Notification of amendments shall be made through 3.5 inch diskette, CD-ROM and/or the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contract or's responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address : https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.asp. Bidders shall register themselves on the Internet to receive a copy of this solicitation (CD-ROM). NO EXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD. All offerors are encouraged to visit the Army?s Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. Offers must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is https://www.ccr.dlsc.dla.mil/ccr/scripts/ccradd.asp
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00027416-W 20020217/020215213219 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |