SOLICITATION NOTICE
Y -- Two Phase Solicitation for Design Build Barracks at Fort Carson, CO
- Notice Date
- 10/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F07R0004
- Response Due
- 12/13/2006
- Archive Date
- 2/11/2007
- Small Business Set-Aside
- N/A
- Description
- Best-Value, Two-Phase Design-Build (D/B) Request Proposal. On or about 13 November 2006, this office will issue Request for Proposals W9128F-07-R-0004 for a two phase solicitation for the Design/Build of Barracks at Fort Carson, CO. Proposals will be received for Phase 1 on or about 13 December 2006. This solicitation is solicited using NAICS CODE: 236220 having a size standard of $31 Million Dollars. This solicitation is not set aside for small business. A tentative pre-proposal conference and site visit is scheduled for 28 November 2006 at Bldg 307 (Ft Carson DPW Master Planning). Point of contact (POC) is Major Hudson or Pete Sturdivant at; Phone (719-526-5448) or Fax (719-526-5365). The work will include the following: (Any quantities are approximations) This contract will require design and construction of new unaccompanied enlisted personnel barracks buildings with a maximum of 1,218 beds for the Barracks facilities and one additional barracks facility with a maximum of 168 beds. Each facility will be c onstructed within a clearly defined area of land (or footprint). Disciplines required for design will include but not be limited to those such as Architectural, Structural, Civil, Environmental, Electrical and Mechanical. Innovative construction techniqu es and facilities that allow fast track execution of the project will be necessary to meet Department of Army requirements for facility completion. Supporting facilities include such work as site work and all required support utilities, security and area lighting, information systems, fire protection and alarm systems, storm drainage, landscaping, site improvements, paving, walks, curbs, gutters, exte rior signage, and parking. Design and construction will be accomplished to meet LEED Silver standards and to meet Anti-Terrorism and Force Protection (AT/FP) requirements included for all facilities per Department of Army (DA) guidance. Special requirements may include special foundations due to expansive soils prevalent at Fort Carson; Energy Monitoring Control Systems (EMCS); and Intrusion Detection Systems (IDS). Comprehensive building and furnishings related interior design services may also be required. Method for procurement of and installation of furniture has not yet been determined. Alternatives being considered include, but are not limited to: Contractor Furnished and Contractor Installed, Government Furnished and Contractor Installed, Government Furnished and Government Installed. Proposal Evaluation: Award of this project will be based on the two phase design/build procedures in accordance with FAR 36.3. Firms will be required to submit a proposal for Phase 1 (Specialized Experience, Past Performance, Key Project Personnel - Capabilities and Experience , Organization and Technical Approach, and Evidence of Ability to Obtain Bonding). Pre proposal meetings will be conducted after issuance of the Request for Proposal (RFP). For Tier 1 or Industrial facilities in particular, firms will be evaluated for the ir experience in completing similar projects in the commercial sector using modular, pre-fabricated or pre-engineered, panelized or tilt-up building solutions, and their demonstrated ability to deliver similar projects at reduced time and cost. Up to three of the most qualified firms will be considered and requested to propose on Phase 2 depending upon the interest that was received in Phase 1. In accordance with FAR 36.303-1, only those firms that are considered most qualified in Phase 1 will be encourage d to submit a technical and pricing proposal during Phase 2. The estimated design and construction cost of this project is between $70 and $90 Million. This office will no longer send copies via paper or CDS of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeDS. FedTeDS is a web-based dissemination tool designed t o safe guard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS in note 2 below. The process to download from FedTe DS is: 1. Find solicitation announcement in Fed Biz Opps at: www.fbo.gov. 2. Once you open the solicitation announcement on Fed Biz Opps, there will be a link provided to the solicitation on FedTeDS. Click on the link. 3. If you are a first time u ser, you will have to register as described in the information included below; if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files to your location. Registration instructions can b e found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register: 1. Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN. 2. DUNS Number or CAGE code. 3. Telephone Number. 4. E-Mail address Obtaining a Plan holders List: If you are interested in Viewing a List of Interested Vendors or Plan holders List and Receiving Notifications or e-mail of changes to a solicitation, F ederal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and subm it. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Plan room, or Print Shop. It is recommended that you include this information with your company name, if you want to communic ate this information. Federal Data Technical Solutions or FeDTeDS will add a similar feature in the near future. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (OR CA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractual questions should be made to Mr. Mel Vogt: 402-221-4298 or Diana Vanderzanden at (402) 221-4044. Telephone calls regarding Small Business matters should be made to Mr. Hubert Carter: 402-221-4110. Telephone calls on contents of request for propo sal documents should be made to the Project Manager, Mr. Joseph Laird at: (402) 221-3846 or Specification Section, Mr. Douglas Larsen at: (402) 221-4547.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01171428-W 20061028/061026220817 (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 |