Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2003 FBO #0412
MODIFICATION

C -- Design Barracks Complex, Ft Wainwright, Alaska

Notice Date
1/15/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-03-R-0009
 
Response Due
1/28/2003
 
Archive Date
3/29/2003
 
Point of Contact
Carolyn Haynes, 907/753-2545
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(carolyn.i.haynes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA THIS NOTICE WAS ORIGINALLY PUBLISHED IN FEDBIZOPS 13 JAN 2003 - THIS 'DESCRIPTION OF WORK' REPLACES THE ORIGINAL DESCRIPTION OF WORK IN ITS ENTIRETY. The Contract Specialist is Margie J Jackson and she can be reached at 907-753-2836 or margie.j.jackson@usace.army.mil for any questions. (THIS IS A NOTICE OF THE GOVERNMENT?S INTENT TO AWARD TO ONE SOURCE & NOT A REQUEST FOR COMPETITIVE PROPOSALS. NO SOLIC ITATION WILL BE AVAILABLE. Do Not Register On The Plan Holders List) Under the authority of FAR 6.302, the government intends to award a sole-source contract to Charles Bettisworth and Company Inc., Architect and Engineering services to site adapt the exis ting FTW184 (FY99) barracks portion of the design to complete the building in FTW261barracks complex project, at Fort Wainwright, Alaska. Charles Bettisworth and Company Inc., performed the initial design and, therefore, has the project knowledge and unde rstanding of the facility?s mission to accomplish the requirements. The original procurement of the Whole Barracks Renewal, under Contract number DACA85-99-C-0028, a design-build contract provided the design with limited rights and construction of one win g of the facility and the common area or community center. These services are deemed to be available only from the original source of this contract for the continued provision of highly specialized services when it is likely that award to any other source would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition or unacceptable delays in fulfilling the agency's requirements. The site adaptation of the original design must proceed by March 2 003 in order to meet the Government?s required occupancy date of September 2007. However, if an AE is interested and believes they are capable of performing this work, they are invited to submit their letter of interest along with an outline of their qua lifications, addressing knowledge or experience of the instant procurement or methodology to provide the facility design without unacceptable delays or duplication of costs. This action is subject to availability of funds. All responders are advised that this project may be canceled or revised at any time during the solicitation, evaluation, negotiation and final award. A determination by the Government not to compete this proposed contract action is within the discretion of the Government. Letters of in terest are due 24 Jan 2003 at 1600 (4:00 PM Alaska Time). This acquisition will be conducted under SIC Code: 8711, NAICS Code: 541330. The small business size standard for this code is $4,000,000.00. See Note 22. 1. CONTRACT INFORMATION: This contract intends to specify sole source for a one time use and site adaptation of the architectural design in the Barracks Complex. The proposed contract will be a firm, fixed-price contract that alows the Government to ge t the most efficient building available for the price. The building needs to accomodate 144 enlisted personnel sleeping rooms sleeping rooms to meet the DOD ?1+1? criteria described herein. Maximum gross area for Barracks building equals 52,701 SF. Th e Barracks will be three stories or less and utilize two sleeping rooms with individual walk-in closets along with shared bath, lavatory, and kitchenette. The 1+1 modules themselves cannot be altered. For firms who wish to provide submittals based on the qualifications below and that can meet the project criteria by addressing the knowledge or experience of the instant procurement, or methodology to obtain the information without unacceptable delays or duplicative cost; the submittals must be received at the address indicated above no later than 2:00 PM Alaska Time on January 28, 2003. Any submittals received after this date will not be considered. A large business must comply with FAR 52.219-9 regard ing the requirement for a subcontracting plan for the part of the work it intends to subcontrac t. FY 2003 USACE Goals are as follows: Small Business 61.4%, Small Disadvantaged Business 9.1%, Woman-Owned Small Business 5.0%, Veteran-Owned Small Business 3.0%, Service Disabled Veteran-Owned Small Business 3.0% and HUBZone Small Business 2.5%. To b e eligible for contract award, a firm must be registered in the DoD Central contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. For further questions and/or concerns, please contact: CCR Assistance at (888)277-2423 ( Monday ? Friday, 8 a.m. ? 6 p.m. EST) or Electronic commerce Information Center (ECIC) at (800) 334-3414 (Monday ? Friday, 8 a.m. ? 6 p.m. EST). See Notes 22 and 24 at www.fbodaily.com. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. This is not a request for proposal. See Note 24. 2. PROJECT INFORMATION: The project may include, but not be limited to, architectural, civil, structural, mechanical, fire protection, electrical, geotechnical, environmental, arctic engineering, corrosion control, topographical survey, geotechnical inve stigation, design review, cost estimation, contaminated soil/asbestos/led based paint, electromagnetic pulse protection (EMP), permit application and acquisition, construction phase support and general consulting. The firm must have the capability to prov ide CADD formulated drawings and use MCACES-Gold software for cost estimation. The design documents shall be submitted in hard copy and in electronic bid set (EBS) format. Project designs and studies shall be developed using Metric or English system of m easurements. 3. SELECTION CRITERIA: If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for the part of the work it intends to subcontract. The following selection criteria are liste d in decending order of importance (first by major criterion and then by each subcriterion). Criteria A-F are PRIMARY selection criteria. A. Professional qualifications necessary for satisfactory performance are: Professional personnel in the followin g disciplines: Three registered architects, each with five years post-graduate experience. In addition, the following required disciplines must include at least one individual with either professional registration or with five years experience: mechanic al, electrical, civil, and structural engineers; landscape architect; cost estimator; environmental engineer asbestos/HTRW certified); master planner; drafting; interior designer; and specification writer (please clearly describe how this requirement will be addressed). Responding firms MUST address each discipline; clearly indicate which shall be subcontracted, and provide a separate Standard Form 254 and Standard Form 255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (This m eans that work physically completed in the State of Alaska [i.e. geotechnical, survey, etc.] must use Alaskan residents). B. Specialized experience and technical competence include a minimum of five years experience in arctic architectural engineering an d design; technical reviews of contract documents; design charrettes, and RFP preparation for design/build contracts. Firms that choose to provide any subcontracted disciplines must address each discipline, clearly indicate which shall be subcontracted, a nd provide a separate SF 254 and SF 255 for each subcontractor necessary. C. Capacity of the firm to accomplish the work in the required time. D. The firms past performance on DOD and private sector contracts (cost control, quality of work, compliance with schedule). The firm mu st have past experience in the coordination and design of multiple simultaneous projects of similar scope and complexity to these projects. E. Knowledge of locality of the project: (1) Availability to attend meetings at Alaska District Corps of Engineers offices on Elmendorf AFB and to visit the project sites on short notice; F. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Criteria G-I are secondary and were to be used as ?tie-breakers? among technically equal firms. The SECONDARY selection criteria in descending order of importance are: G. Location of firm; H.Volume of recent DOD work awarded in past 12 months; and I. Participation of SB, SDB, historically bl ack colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort, regardless of whether the SB, SDB, HBACU or MI is a prime contractor, subcontractor or joint venture partner; the grea ter the participation the greater the consideration. Offeror must provide adequate documentation in block 6 of the SF 255 to illustrate the extent of participation for the above-mentioned groups in terms of the percentage for the total anticipated contrac t effort. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide only 1 copy and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of projec t team to overall organization of the firm (4) a quality control plan, and (5) in block 8c of the SF 255 include a Point of Contact and phone number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 16-JAN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Military Works CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00241277-W 20030118/030116214554 (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 |
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.