MODIFICATION
Y -- WHOLE BARRACKS RENEWAL FY06, FORT LEWIS, WASHINGTON
- Notice Date
- 8/17/2005
- Notice Type
- Modification
- 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-05-R-0042
- Response Due
- 10/4/2005
- Archive Date
- 12/3/2005
- Point of Contact
- Lee Stratford, 206-764-6659
- E-Mail Address
-
Email your questions to US Army Engineer District, Seattle
(kinsley.l.stratford@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS IS REISSUED IN ITS ENTIRETY SEE CHANGES TO SECOND SENTENCE All Buildings are Design-Build. CONTRACT SPECIALIST IS SHERRYE SCHMAHL AT 206-764-6588.The Seattle District Corps of Engineers has a competitive requirement to design and build Whole Barracks Renewal FY06, Ft. Lewis, WA. All Buildings are Design Build. This requirement 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 i nstructions to be provided in approximately fifteen (15) days on the following Seattle District website 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 fi ve of the most highly qualified offerors. Phase Two will require the 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. One firm-fixed pric e contract will be awarded as a result of the Phase-Two evaluation to the offeror providing the best value to the Government in terms of technical, price, and other pertinent factors (e.g., extent of small business participation). The solicitation will in clude a narrative scope of work, concept drawings and specifications. All work tasks shall be completed in accordance with the solicitation plans and specifications. Following contract award, the contractor will be required to complete and submit for Gov ernment approval the 65% design, 95% design, and a corrected final design for the barracks portion of the project. Government review periods for each submittal are expected to consume at least 4 weeks and will involve widely dispersed design review office s. Construction notice to proceed will be issued upon Government approval of the contractors corrected final design submittal. The work will include designing and constructing a barracks complex with an approximately 6800 square meter barracks to house 200 soldiers, that incorporates soldier community facilities, seven company operations facilities (approximately 9079 square meters total), and two large battalion headquarters with classrooms (approximately 2974 square meters total), and seven lawnmower s torage facilities (approximately 70.1 square meters); install Industrial Commercial Intrusion Detection Systems (ICIDS) in the company operations facilities and battalion headquarters. Supporting facilities include utilities, electric service, security and street lighting, fire protection and alarm systems, paving, walks, curbs, gutters, storm and sanitary sewers, information systems, and site improvements. Access for the handicapped will be provided. Heating will be provided by self-contained gas-fired sy stems with dual fuel capability. Anti-terrorism/force protection (AT/FP) will be provided by resistance to progressive collapse, special windows and doors, and site measures. Comprehensive building and furnishings related interior design services are req uired. Period of performance is 700 calendar days. The price range for this project is between $25,000,000 and $100,000,000. The North American Industry Classification System 236116 with a size standard of $28.5 million. This project is open to both la rge 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, and small veteran-owned concerns. Fo r the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not ex ceed $28.5 million. 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 offerors inability to access the document posted at the referenced website. Firms must register via the Internet at the following address: http://www.nws.usace.army.mil/ct/ in order to receive notification of soli citation/amendment posting. The information letter for Phase One, and a draft of Section 00110 will be available for download on or about 1 September 2005. Note 26.
- 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
- SN00872941-W 20050819/050817212646 (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 |