SOLICITATION NOTICE
Y -- FY09 PN 68823, Unaccompanied Enlisted Personnel Housing (UEPH), Schofield Barracks, Oahu, Hawaii
- Notice Date
- 10/31/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-09-R-0001
- Response Due
- 12/17/2008
- Archive Date
- 2/15/2009
- Point of Contact
- Katrida Collier, 808-438-8578<br />
- Small Business Set-Aside
- N/A
- Description
- The purpose of this project to is to design and construct new barracks and associated facilities for Unaccompanied Enlisted Personnel Housing (UEPH). Project requirement for PN 68823 is to construct one standard design barracks for 192 persons, mechanical enclosure, covered bike rack, covered motorcycle shed, trash enclosure, pavement, sidewalks, curbs, gutters, utilities, grading and drainage, demolition, landscaping. Per Tab H of the 1391, demolition plan includes a total of 11 buildings 52,316 SF (Buildings 3918, 3920, 3922, 3924, 3926, 3928, 3930, 3932, 3934, 3938, and 3940). This UEPH project is subject to MILCON Transformation requirements; therefore, all buildings will be standard design IAW the Model Design-Build RFP developed by various components of the Department of the Army. This is an unrestricted procurement. Estimated cost is between $25 Million and $100 million. This is a 2-Phase Design Build Best Value solicitation process. Phase I process requires potential offerors to submit their performance and capability information for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of four highest-rated offerors to submit a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect both the rating received in Phase 1 and the evaluation rating received in Phase 2. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The proposal process for this 2-Phase procurement consists of the following: PHASE 1 PROPOSAL Specialized Experience, Past Performance, Key Project Personnel, Organization and Technical Approach and Evidence of Ability to Obtain Bonding. PHASE 2 PROPOSAL Building Functional and Aesthetics, Quality of Building Systems and Materials, Site Design, Sustainability Requirements, Key Subcontractors, Proposed Contract Duration and Summary Schedule, Past Performance on Utilization of Small Business Concerns, Price & Pro Forma Information. Traditional hard copies of plans and specifications will NOT be available for this project. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov on or about November 17, 2008. It is the offerors responsibility to check for any posted changes to the solicitation. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register in CCR, go to http://www.ccr.gov. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum extent practicable with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. All offerors are encouraged to visit the Honolulu District Contracting Division's website at http://www.poh.usace.army.mil/CT/CT.htm to view other business opportunities.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d217f5f8cbe25b244de68ae6735f9382&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI<br />
- Zip Code: 96858-5440<br />
- Zip Code: 96858-5440<br />
- Record
- SN01698932-W 20081102/081031214400-d217f5f8cbe25b244de68ae6735f9382 (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 |