Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOLICITATION NOTICE

Y -- TACTICAL EQUIPMENT MAINTENANCE FACILITIES (TEMF), SWD

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-07-R-2037
 
Response Due
6/26/2007
 
Archive Date
8/25/2007
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice: Unrestricted Solicitation for Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services, to include (but not limit ed to) planning, design, and the construction of new facilities located within the boundaries of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be at Fort Bliss, TX. FOR INFORMATION ONLY: This contract is required by the Armys initiatives under the Base Realignment and Closure (BRAC), the Integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program, although the projects may be requ ired from any Military Program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Military C onstruction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters buildings, vehicle maintena nce shops, unit and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacific Divisions will be assig ned one or two facility types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (product line). When there is a requirement for their facility type, each District product line team will scope, negotiate, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews, submittals, and modifica tions. The design/build contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification, and clarification identified in ongoing task orders . The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: This particular notice announces the design and construction of the product line for Tactical Equipment Maintenance Facilities (TEMF) through a Design-Build IDIQ contract administered by Tulsa District. Each TEMF could be of various sizes de pending on the type of battalion to which it supports. The TEMF will provide facilities for the purpose of maintaining and repairing tactical organizational equipment and vehicles, complete with repair and maintenance bays, equipment and parts storage, ad ministrative offices, secure vaults, oil storage buildings, hazardous material storage and other potential supporting facilities such as unmanned aerial vehicle buildings, distribution buildings or organizational storage buildings in support to an overall Brigade. Task orders could be awarded to include organizational parking (hardstand) and other site work, including utilities, relating to a TEMF. The TEMF is intended to be similar to heavy equipment or vehicle repair facilities in the private sector com munity. Typical work for the Tactical Equipment Maintenance Facilities (TEMF) product line may include, but is not limited to: 1. Planning, design, estimating and construction 2. Site planning and site verification 3. Site engineering to include subsurface investigations, laboratory analysis and final geotechnical report 4. Pavement design 5. Coordination with utility providers, Land Development Engineer and other product line c ontractors 6. Acquiring all local, state and federal permits 7. Architecture and interior design to include building exterior and interior, signage and comprehensive furniture package 8. Design of telecommunications systems and service 9. Lightning protection systems 10. Heating, ventilation and air conditioning to include building automation systems, testing, adjusting, balancing and commissioning 11. Energy conservation 12. Fire protection 13. Sustainable design solutions to meet a minimum LEED Silver/SPiRiT Gold to support the MILCON program 14. Site electrical systems 15. Meetings and design review conferences 16. Design configuration management 17. Quality control systems 18. Safety plans 19. Environmental protection through the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological and cultural resources, protect biological resources, integrated pest management and post construction clean-up 20. Traffic control plans 21. Scheduling and phasing 22. Preparation of design drawings on AutoCadd and Microstation 23. Development of as-built drawings CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. The first phase consists of a process known in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. (This soli citation refers to it as Phase 1). In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will short-list no more than three of the Phase 1 Offerors to compete for the design-build contract in Phase 2 of the process. In Phase 2 the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals including the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation and award the contract to the responsible Offeror whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to repre sent the overall best value to the Government considering technical design quality, performance capability and cost. The following evaluation criteria listed for Phase I and Phase II are proposed as follows: Phase I (Performance Capability): Organizational Structure and Business Management Plan; Team/Corporate Experience; Specialized Experience; Past Performance Inform ation; Key Project Personnel Capabilities and Experience; and Financial Capability. Phase II, Volume I (Remaining Performance Capability Proposal): Key Subcontractors; Preliminary Schedule; Subcontracting Plan  Large Business Offerors; and Past Performa nce on Utilization of Small Business Concerns. Phase II, Volume II (Design-Technical Information): Building Functional Arrangement; Building Aesthetics; Minimum Space and Facility Size; Building Systems and Material Quality; Site Design; Sustainable Desi gn Requirements; and Oral Presentation. Phase II, Volume III (Price and Pro Forma): Price; and Self-Performed Work Requirement. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction) which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. The total co ntract capacity is estimated not to exceed $250,000,000 over a period of three years. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) months each, for a t otal not to exceed contract period of thirty-six (36) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until th e total contract capacity limit is reached; or 5) the contract is Terminated for Convenience of the Government. The minimum guarantee will be $200,000. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guar antee will be obligated with the issuance of task orders. The minimum task order limitation will be $200,000. The maximum task order limitation for the contracts will be $35,000,000. The Government reserves the right to exceed the stated maximum task or der limitation. Estimated solicitation issue date is on or about May 25, 2007 under solicitation number W912BV-07-R-2037. Phase 1 Proposals are anticipated to be due on or about June 26, 2007 (30 days from issuance of the solicitation). If the Government elects to condu ct a Pre-Proposal Conference, details regarding the conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from large businesses must comply with FAR Clause 52.2 19-9 regarding the requirement for a Subcontracting Plan. The goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%; and Service-Disabled Veteran-Owned Small Business 1.5%. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via internet only. Notification of amendments shall be made via int ernet only. It is the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all a mendments from the internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912BV-07-R-2037. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors shall register themselves to be included on the plan holders list. Offerors must be regis tered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for this solicitation will be Mr. Daniel Foyil, 918-669-7045; or by e-mail at Daniel.A.Foyil@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN01290913-W 20070511/070509221813 (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.