SOLICITATION NOTICE
Y -- DESIGN AND CONSTRUCT PROJECT FTW187 REPLACEMENT FAMILY HOUSING, FT RICHARDSON, ALASKA (2-Phase)
- Notice Date
- 7/18/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-05-R-0025
- Response Due
- 9/1/2005
- Archive Date
- 10/31/2005
- Small Business Set-Aside
- N/A
- Description
- On or about 01 August 2005, the US Army Engineer District, Alaska will issue a Phase I Request for Proposal for the design and construction of Replacement Family Housing at Ft. Richardson, Alaska. This project provides for whole neighborhood revital ization by construction of up to 99 officer and enlisted family quarters. Phase I proposals are to be received on or about 30 August 2005. Description of Work: This project provides for neighborhood revitalization by design and construction of approxima tely 99 officer and enlisted family quarters consisting of 1 general officer (GO) four-bedroom unit, 10 field grade officer (FGO) units (5 three-bedroom and 5 four-bedroom), 24 senior noncommissioned officer (SNCO) units (21 three-bedroom and 3 four-bedroo m), and 64 junior noncommissioned officer (JNCO) units (48 three-bedroom and 16 five-bedroom) in the Birch Hill (1 unit), Moose Haven (32 units and 2 option units), and Puffin Park (60 units and 4 option units) neighborhoods. Five of these units will be capable of complying with the Americans Disability Act Requirements. This project also provides for demolition and removal of 2 eightplexes in the Cottonwood Area and 11 seven and eightplexes in the Puffin Park Area. Construction consists of variously con figured single family and multi-unit, one and two story buildings which are factory built/manufactured and/or conventionally on-site constructed houses built to current standards. The design will incorporate the architectural elements and themes adopted by the Fort Richardson Housing Community Plan. The project also will provide attached garages, individual heating controls, hard-wired interconnected smoke detectors, exterior storage, arctic space, and all equipment for functional living units. Supporting f acility construction includes electrical and communication distribution systems, water, sewer and roadways with appropriate curb and gutter and storm water management devices. Recreation facilities and sidewalks will also be constructed with residential-ty pe street lighting. Proposal Evaluation: This will be a two-phase design-build selection process. The following evaluation factors are for informational purposes. The government reserves the right to modify the evaluation factors prior to issuing the s olicitation. Phase I solicitation period will be on or about 08/01/05 through 09/01/05 and will consist of soliciting and receiving Statements of Qualifications that includes four factors: (A) Construction Experience: (1) Experience on similar housing pr ojects, (2) Design-Build construction experience, (3) Military construction experience, (4) Similar climate construction experience, and (5) Construction/Design teaming experience; (B) Design Experience: (1) Experience on similar housing projects, (2) Desi gn-Build experience, (3) Military design experience, (4) Similar climate design experience, and (5) LEED project experience: (C) Past Performance of Construction Contractor and Designer: (1) Customer satisfaction, quality and timely performance will be e valuated for each project listed under the Factors A and B above: and (D) Technical Qualifications and Approach (overall technical approach identifying opportunities, challenges and constraints related to this solicitation, organization, responsibilities and lines of authority established to complete the design and construction of this project). Factors (A), (B), (C) and (D) shall be approximately equal in importance. A maximum of 3 offerors, determined most qualified based on the Phase I evaluation crit eria, will receive a detailed Request for Proposal by modification to the solicitation, Phase II, and have approximately 45 days to submit detailed technical and price proposals. Phase II solicitation period will be on or about 10/01/05 through 11/18/05 an d the evaluation criteria will consist of factors: Technical Solution consisting of : (A) RFP Basic Design Requirements (narratives, drawings, color boards a nd product literature), (B) Key Team Members (design and construction), (C) Betterments and Contractors Proposed Betterments, and (D) Subcontracting Plan. Importance of these items varies: Factors (A) through (C) are from most to least important. Fac tor (D) Subcontracting Plan will be evaluated as satisfactory or unsatisfactory. The Phase II technical solution or non-price factor is more important than price. Award will be based on the Best Value approach considering Phase II non-price evaluation fa ctors and price. An adjectival method of evaluation will be used to evaluate the non-price factors. If the proposal evaluated most qualified based on the Phase II non-price evaluation criteria is not the least priced proposal, a tradeoff process will be used to determine the Best Value to the Government. The Government reserves the right to award to other than the lowest priced offeror, or to other than the offeror most qualified based on Phase II non-price evaluation factors. The Phase II RFP will provi de information equivalent to the 15 percent to 30 percent level of design. However, some aspects of the project may have greater level of design than others and many elements may be at a 0 percent level of design. Other: This solicitation is unrestricte d and open to both large and small business participation. NAICS code for this project is 236116. For the purpose of this acquisition, a concern is considered small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. The proposed acquisition will result in a fixed-price contract. The estimated design and construction cost for this project is between $25,000,000 and $50,000,000. Large business concerns submitting proposals for services exceeding $500,000 or for construction 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 2005: Small Business (SB) 50.9%; Small Disadvantaged Business (SDB) 8.8%; Woman-Owned Small Business (WOSB) 7.2%; HUBZone Business 2.9%; Service Disabled Veteran-Owned Small Business (SVOSB) 0.5%. Prospective offerors, subcontractors, and Dodge/Plan Room are required to self-register their firm or office on the Internet to download the solicitation from the internet. Those registering are responsible for the accuracy of the information on the mailing list. All notifications of changes to this solicitation shall be made through the Internet only, and it is the responsibility of the contractors to check for any posted changes to this solicitation. Plans and specifications will not be provided in a printed-paper format; however, the Governme nt reserves the right to revert to paper medium when it is determined to be in the Governments best interest. All proposal forms, bonds, and other normal document required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. Electronic medium, Telegraph or Facsimile for the proposal submittal documents will not be allowed. All responsible sources may submit a proposal in the format and on the forms in the solicitation that shall be considered. Contractor s must be registered with the Central Contractor Registration (CCR) in order to receive a Government Contract award. CCR registration can be accomplished via the Internet at http://www.ccr.gov/. Phase II Site Visit and Pre-proposal conference is tentative ly scheduled for Tuesday, October 18, 2005 at 1000 hrs local time. Contracting Point of Contact is Sharon Skelton, Contract Specialist, (907) 753-2525.
- Place of Performance
- Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Zip Code: 99506-6898
- Record
- SN00849391-W 20050720/050718212142 (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 |