Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2006 FBO #1797
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Industrial Type Facilities for the U.S. Army Corps of Engineers, Colorado Area.

Notice Date
10/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial 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
W9128F-07-R-0006
 
Response Due
12/13/2006
 
Archive Date
2/11/2007
 
Small Business Set-Aside
N/A
 
Description
This solicitation is an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Industrial Type Facilities for the U.S. Army Corps of Engineers, Colorado Area for the Armys initiatives under the Base Realignment a nd Closure (BRAC), although the projects may be required from any Military Program. It is anticipated that a large portion of the work will be at Fort Carson, Colorado. Unrestricted solicitation  Best Value, Two-Phase Design-Build (D-B) Request Proposal will be the basis for award of this solicitation and Task Order No. 0001, although subsequent task orders may be Design-Bid-Build. The maximum capacity of this contract is $200,000,000.00 for all awarded contracts (task orders). The contract will have a base period of 3 years (no option period). The contracts will require the contractors to provide required design and furnish all plan t, labor, materials, and equipment to perform a wide variety of construction features for industrial type facilities to include but not be limited to: building construction and renovation work, horizontal construction work, mechanical work, and electrical work. The scope of work and authority to perform the work will be accomplished using task orders executed by the Contracting Officer. A priority rating of DO-C2, in accordance with the Defense Priorities and Allocations System (DPAS), will be assigned to this contract. 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. Approximate ly up to three firms will be considered to propose on Phase 2 (Task Order No. 0001) depending upon the interest that was received in Phase 1. In accordance with FAR 36.303-1, only those firms that are pre-qualified in Phase 1 will be encouraged to submit technical and price during Phase 2. Interim interviews will be scheduled during Phase 2. The estimated design and construction cost for Task Order No. 1 is between $60 and $80 Million. Task Order No. 0001 is BCT-H, Increment 2, Tactical Equipment Maintenance Facilities (TEMF), PN 65474, Fort Carson, Colorado. On or about 13 November 2006, this office will issue Request for Proposals for the Design/Build two phase of the IDIQ SATOC with Task Order No. 0001, Tactical Equipment Maintenance Facilities, Fort Carson, CO. Proposals will be received for Phase 1 on or about 13 December 2006. For Task Order No. 0001, NAICS CODE: 236210 having a size standard of $31 Million Dollars will apply. A tentative pre-proposal conference and site visit for Task Order No. 0001 is scheduled for 28 November 2006. Point of contact (POC) is Major Hudson or Pete Sturdivant at; Phone (719-526-5448) or Fax (719-526-5365). Task Order No. 0001 work will include the following: (Any quantities are approximations) Task Order No. 0001 will require design and construction of up to 6 Tactical Equipment Maintenance Facility buildings with an approximate maximum of 250,000 square feet. Each facility will be constructed 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 techniques and facilities that allow fast track execut ion 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 is 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. 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 to 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 FedTeDS 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 user, yo u 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 be 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 Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders List and Receiving Notifications or e-mail of changes to a solicitation, Fede ral 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 submit. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communi cate 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 updat e to ORCA. Contractual questions should be made to Ms. Dawn Thompson: (402) 221-4811. Telephone calls regarding Small Business matters should be made to Mr. Hubert Carter: 402-221-4110. Telephone calls on contents of request for proposal documents should be made to the Project Manager, Mr. Robert Matya at: (402) 221-3828 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
 
Record
SN01171430-W 20061028/061026220819 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.