SOLICITATION NOTICE
Y -- Single Award Task Order Contract (SATOC) for Construction and/or Design/ Build of Child Development Centers (CDC) for the Northwest Region
- Notice Date
- 11/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-08-R-0005
- Response Due
- 1/25/2008
- Archive Date
- 3/25/2008
- Point of Contact
- Paul Daugherty, 256-895-1456
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Huntsville
(paul.daugherty@us.army.mil)
- Small Business Set-Aside
- 8a Competitive
- Description
- Single Award Task Order IDIQ Contract (SATOC) for Construction and/or Design of Child Development Centers (CDC) for the Northwest Region (WA, OR, ID, MT, WY, UT, CO, KS, NE, ND, SD MN, IA, MO, WI, MI, IL, IN, OH). This acquisition is being offered f or competition limited to eligible 8(a) concerns. The proposed IDIQ contract consists of one (1) base year and four (4) option years. The SATOC contract will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design B uild Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. Phase I (one) of the solicitation process will narrow the number of offerors eligible for consideration during Phase II (two) of the process, to three or fewer eligible off erors. Task orders issued under this SATOC will be firm-fixed price. Task orders awarded under this IDIQ contract may include options. Description of work: Task Orders issued under this contract will be for the design and construction, or the constructio n only, of Child Development Centers (CDC). Child Development Centers encompass but are not limited to CDC's for Infants and Toddlers, School Age Children, Army Community Centers, and Youth Activity Centers. As Child Development Centers the projects coul d include multi-purpose rooms, administrative offices, full service kitchen, separate adult and children's bathrooms, equipment storage, staff training rooms, central registration area, and enlarged mechanical room. Child Development Centers have design f eatures focused on the safety of children. The electrical and plumbing design is unique to the safety needs of children. The design and construction criteria for other features such as the HVAC, flooring, doors, and countertops all must meet the standard s for the safety and health of children. Development of the facility may also include associated site development necessary to construct CDC Facilities. Development of these facilities may also include all associated site development required including a ll site planning; clearing; grubbing; grading; installation of utility infrastructure; and, installation of roads, service access, parking, and landscaping. Comparable projects in the private sector that are similar to the construction contemplated includ e: office type buildings, child care facilities, schools, and youth centers. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. O fferors must register in the Central Contractor Registration (CCR) at www.ccc.gov prior to submission of Phase I proposals. In order to inspect and download RFP documents without charge, contractors and their subcontractors must register at Federal Techni cal Data System (FedTeDS) at www.fedteds.gov, once their CCR registration is complete. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge, contractors can search for the solicitation by soli citation number. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitati on and all amendments. The evaluation factors and their importance for this SATOC are listed below: The evaluation factors for Phase I are: FACTOR 1 Specialized Experience, FACTOR 2 Past Performance, and FACTOR 3 Organizational and Technical Approach. Th e evaluation factors and their associated levels of importance for Phase II are: FACTOR 1 Design Technical, FACTOR 2 Phase I Proposal Evaluation, FACTOR 3 Proposed Contract Duration and Summary Schedule. FACTOR 4 Small Business Utilization, FACTOR 5 Prici ng . The Factors of each Phase will be broke down further in their associated RFP. All non-cost factors, when combined, are significantly more important than Price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Phase One for this solicitation will be issued in electronic format only and will be available on or about 21 December 2007. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 25 January 2008 and will be stated in the solicitation. Point of Contact: Aaron Kelly, 256-895-1295. Email your questions to US Army Corps of Engineers, Huntsville at aaron.a.kelly@usace.army.mil .
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Country: US
- Zip Code: 35807-4301
- Record
- SN01461301-W 20071202/071201075022 (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 |