SOLICITATION NOTICE
C -- Replacement Housing, Fort Wainwright, Alaska, PN 057785 FTW 251 FY04 (100 UNITS), and PN 057074 FTW 283 FY04 (40 UNITS).
- Notice Date
- 2/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236116
— New Multifamily Housing Construction (except Operative Builders)
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-04-R-0023
- Response Due
- 4/13/2004
- Archive Date
- 6/12/2004
- Point of Contact
- Sonya Lira, 206-764-6741
- E-Mail Address
-
US Army Engineer District, Seattle
(sonya.l.lira@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Seattle District Corps of Engineers has a competitive requirement to design and construct the project entitled: Replacement Housing, Fort Wainwright, Alaska, PN 057785 FTW 251 FY04, 100 UNITS, and PN 057074 FTW 283 FY04, 40 UNITS. This requiremen t will be a two-phase procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations FAR Part 36.3 entitled Two-Phase Design-Build Selection Procedures. There will be a Phase One submission of experience and qualifications and a Phase Two submission of technical and price proposals. Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions to be provided in approximately fifteen 15 days on the following Seattle District websi te address: www.nws.usace.army.mil/ct http://www.nws.usace.army.mil/ct The submittals will be evaluated and the Contracting Officer will select up to five of the most highly qualified offerors. Phase Two will require the most highly qualified offerors selected in Phase One to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15 and Section 00110 of the solicitation. The contract schedule will be structured such that the two projects may be awarded either individua lly as separate contracts or combined to be awarded as a single contract to the offeror or offerors providing the best value to the Government in terms of technical, price, and other pertinent factors e.g., extent of small business participation. The solic itation will include a narrative scope of work, concept drawings and specifications. All work tasks shall be completed in accordance with the solicitation plans and specifications. This will be a Design-Build Contract's to replace JNCO housing units at Fo rt Wainwright, Alaska. The work shall consist of design and construction of new units and associated supporting infrastructure, utilities, roads, sidewalks, play areas and etc. for the Taku Gardens neighborhood at Fort Wainwright, Alaska. The housing sit e is approximately 64 acres in size and is located in a relatively flat, undeveloped area. The new housing units will be a mixture of 3, 4 and 5 bedroom two story duplex units with 5% of the units to be barrier-free accessible ADA single story units. Sol icitation documents will include conceptual plans for both the site and the housing units. Contractor's design and construction shall be based on completing the designs as presented in the solicitation documents since the completed project is to function as a single integrated community. Period of performance is 720 calendar days. The price range for this project is between $25,000,000 and $100,000,000. The North American Industry Classification System 236116, and for the purposes of this procurement, a c oncern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. This project is open to both large and small business. If you are a large business and your proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small, HUBZone, small disadvantaged, small woman-owned, small veteran-owned concerns, and veteran owned small disadvantaged business. The subcontracting goals for the Seattle Dis trict which will be considered in the negotiation of this contract are: 1 at least 70% of a contractor's intended subcontract amount be placed with Small Businesses SB; 2 at least 10% of a contractor's intended subcontract amount be placed with Small Disad vantaged Businesses SDB or Historically Black College or University and Minority institution; and, 3 at least 10% of a contractor's intended subcontract amount be placed with Women-Owned Small Business WOSB,4 at least 3% of a contractor's intended subcontr act amount be placed with Veteran Owned Small Business VOSB; 5 at least 3% of a contractor's intended subcontract amount be placed with Service-Disabled Veteran owned Small Business SDVOB; and 6 at least 3% of a contractor's intended subcontract amount be placed with HUB zones. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration CCR. Register via the CCR Intern et site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. This solicitation will be issued as an Electronic Bid Set EBS on the Seattle District U.S. Army Corps of Engineers Web page in electronic format only. No disks will be mailed. Offerors are responsible for checking the referenced page for any update's to the Notice. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. The information letter for Phase One, and a draf t of Section 00110 will be available for download on or about 12 March 2004.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA67/W912DW-04-R-0023/listing.html)
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN00532012-F 20040228/040226233200 (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 |