Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2007 FBO #2151
SOLICITATION NOTICE

Z -- Joint Personal Effects Depot, Dover Air Force Base, Dover, Delaware

Notice Date
10/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU08R0003
 
Response Due
12/11/2007
 
Archive Date
2/9/2008
 
Point of Contact
Michelle Bertoline, 215-656-6914
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(Michelle.J.Bertoline@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement is for the solicitation of a firm fixed-price contract for the Joint Personal Effects Depot, Dover Air Force Base, Delaware. The Joint Personal Effects Depot (JPED) is a facility that will handle the personal effects of all military service members killed, wounded or missing in action during the war on terrorism. Within the JPED, all personal effects of service members are meticulously processed and cared for before being returned to their families. The contract work includes const ruction of the JPED (approximately 58,950 SF) and all related site work at the Dover Air Force Base, Delaware. The building is a one story, steel framed structure with all structural standing seam metal roof. An existing Outdoor Recreation Center (ORC) B uilding #124, is currently in the location of he proposed JPED parking lot. A new ORC will be constructed in the Recreation Complex under a separate contract. After personnel have relocated into the new ORC facility, Building 124 (approximately 16,000 S F) will be demolished under this contract. This project includes the following options: Option 1 Four Additional Processing Units (additional 5,530 SF), Option 2 (Encompasses Option 1); Six Additional Processing Units (Additional 7,950 SF), Option 3 Park ing Lot C, Repave entire JPED parking area, new drainage system and new islands/curbs, and Option 4 Landscaping. The project duration is 540 calendar days. Estimated cost range for this procurement is over $10 million (including options). Competitive best value source selection procedures (FAR 15.101) will be used for this procurement. Source Selection Evaluation Factors (listed in descending order of impor tance) are: Factor 1 Technical, Sub factor 1.1 Prime Contractor Relevant Experience, Sub factor 1.2 Organization and Project Key Personnel, Sub factor 1.3 Project Management Plan, Element 1.3.1 Quality Control Plan, Element 1.3.2 Small Business Utilizatio n Plan, Element 1.3.3. Proposed Contract Duration and Summary Schedule, Factor 2 Past Performance and Factor 3 Price. All technical evaluation factors, when combined are approximately equal to price. Detailed evaluation criteria will be included in the RFP package. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest price and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVIS ED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 and the small business size standard is $31 million. Issue date is on or about 1 November, 2007 with proposals due by 2: 00 p.m. on or about 11 December, 2007. This procurement is unrestricted. The solicitation documents will only be available via the Federal Technical Data Solution (FedTeDS) homepage located at https://www.fedteds.gov/. All prospective contractors and th eir subcontractors and suppliers must be registered in FedTeDS before they will be allowed to download solicitation documents/information. FedTeDS registration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Num ber or CAGE Code, Telephone Number, E-mail address. You are urged to read the FAQs posted on the FedTeDS website to better understand this new process. No written or faxed requests will be accepted. Interested contractors/subcontractors are urged to Regi ster as an Interested Vendor and also Register to Receive Notifications on www.fbo.gov (Federal Business Opportunities) under Solicitation Number W912BU-08-R-0003. If any registration information changes during the advertisement period, contractors are re s ponsible to make changes in their user profile. Failure to make changes in their user profile may cause a delay in receiving notification of the solicitation and amendments. Bidders are responsible for printing paper copies of the solicitation. All amend ments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this solicitation. The contractor must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Instructions will be included in the solicitation package. Liquidated Da mages will be specified. Davis Bacon rates will be applicable and insurance and bonding is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement ma y be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01434332-W 20071017/071015223654 (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.