SOLICITATION NOTICE
Y -- Design/Build Phase II IBCT Dining Facility, Fort Knox KY
- Notice Date
- 10/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-07-R-0016
- Response Due
- 12/8/2006
- Archive Date
- 2/6/2007
- Small Business Set-Aside
- N/A
- Description
- Provide Design-Build services for a Dining Facility (DFAC) to seat 465 personnel per seating using MILCON Transformation methodology. This project type is for soldiers and is intended to be similar both functionally and technically to a College or U niversity meal plan cafeteria facility in the private sector surrounding the installation in quality. Provide receiving, storage, preparation, serving, queuing, dining, wash, and all support equipment and facilities. Provide site improvements such as par king, receiving, circulation, utilities and waste processing systems. Design of facility and equipment shall be based on the menu and functional requirements of the facility. Provide equipment that is of a standard typically recognized in the industry as heavy duty and appropriate for college/university use. Provide equipment and associated accessories typical to enable operations to closely monitor safety, reduce energy, and facilitate ease of operation, sanitation and maintenance. The size of the faci lity will be approximately 30,257 SF. Work includes connection to the Energy Monitoring and Control System (EMCS), installation of Intrusion Detection Systems (IDS), fire protection and alarm systems, information systems, and includes connection to and dis tribution of all utility systems. Supporting facilities include potable water, sanitary sewer, electrical, natural gas, asphalt paving, sidewalks, erosion control measures, exterior lighting, landscaping, storm drainage, mass notification systems, anti-ter rorism and force protection measures and site improvements. Accessibility for the disabled will be provided. Site Information: Provide all site improvements necessary to support the new building facilities. The Contractor will provide the Army with facil ities that will have a minimum of 25 years useful life before needing major renovations, repair, or replacement. The Government will evaluate the Offerors selected systems and components proposed in terms of warrantees provided, maintenance considerations (frequency, estimated cost, access, equipment locations), operability (ease of use, placement of control features, simplicity), durability (withstanding troop usage, ease of cleaning), sustainability, and energy consumption (HVAC, lighting, power). Items i dentified as desirable or preferred in the solicitation will be considered more favorably during the evaluation process, provided they are included within the contract cost limitation identified in the solicitation. Unsubstantiated claims or narrative info rmation will not be considered during the evaluations. The evaluation criteria consists of Design-Technical (Building Functional and Aesthetics, Quality of Building Systems and Materials, Site Design, Sustainability Requirements), Performance Capability (O rganization-Business Management Plan, Specialized Experience, Past Performance, Key Project Personnel Capabilities and Experience, Preliminary Schedule and Proposed Contract Duration), Price and Pro Forma. All factors other than cost or price, when combine d, are considered equal to cost or price in relative importance. The estimated performance period is 540 days. The estimated price range of this project is between $10 and $25 million. This is a Full and Open Procurement; however, in accordance with Federa l Acquisition Regulation 19.1307(b), this project requires the HubZone 10% price evaluation preference. The NAICS Code is 236220 and size standard is $31M. Contractors must register to receive notice of amendments. Solicitation is to be issued on or about 8 December 2006 with proposals due on or about 8 December 2006 at 2:00 pm local time. Questions may be addressed to denise.m.gill@usace.army.mil. This project is available by download only thru the Federal Technical Data Solutions (FedTeds) website. You must be registered on the site to be able to download the documents. The address is http://www.fedteds.gov. This announcement serves as the advance notice for t his project. Amendments will only be available by downloading from the above website. This project is being advertised Subject to the Availability of Funds (SAF) and proposals must remain valid for 90 days.
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Country: US
- Zip Code: 40202-2230
- Record
- SN01171417-W 20061028/061026220802 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |