SOLICITATION NOTICE
Y -- Design Build AFRC in Ceiba, Puerto Rico
- Notice Date
- 3/18/2009
- 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, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-09-R-0035
- Response Due
- 5/1/2009
- Archive Date
- 6/30/2009
- Point of Contact
- Gloria Ritter, 502-315-6204<br />
- Small Business Set-Aside
- N/A
- Description
- Design and construction of an Armed Forces Reserve Center (AFRC) located in Ceiba, Puerto Rico. The AFRC will include design and construction of an approximate 43,000 square-foot AFRC training building, approximately 10,000 square foot Vehicle Maintenance Shop (VMS), approximately 5,400 square foot Unheated Storage, approximately 5,500 square yards for organizational parking, antiterrorism measures and building information systems. Buildings will be of permanent construction with HVAC systems, plumbing, mechanical systems, security systems, and electrical systems. Supporting facilities include land clearing, paving, fencing, general site improvements, and extension of utilities to serve project. Physical security measures will be incorporated into design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. Heavy landscaping and bollards will be used to prevent access when standoff distances cannot be maintained. Accessibility for the disabled will be provided. Comprehensive building and furnishings related interior design services are required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. This solicitation is a Request for Proposal (RFP). The estimated price range is between $25,000,000 and $100,000,000. This Solicitation is Phase 1 of a 2-Phase Design/Build Best Value solicitation process. This process requires potential Offerors to submit their performance and capability information initially 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 five highest rated Offerors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The selected Offerors will be invited to a Pre-proposal Conference and site visit. Meeting details will be provided at a later date. 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 the evaluation rating received in Phase 2 only. A construction cost limitation will be provided with the Phase 2 technical requirements package. The proposal process for this 2-Phase procurement consists of the following: The Phase 1 Proposal: Experience of the Prime Contractor and Design Team; Technical Approach Narrative; Past Performance of the Prime Contractor and Design Team, Past Performance on Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses; and Pro Forma Information. The Phase 2 Proposal: Technical Information (Renderings, Design Drawings, and Design Narrative); Management Plan; Subcontracting Information; Bonding Information; and Price. For Phase 2, all evaluation factors, other than cost or price, when combined, are equal to cost or price. The Phase 1 Solicitation will provide project information and front-end specifications. The Phase 2 Solicitation will provide the plans, the complete Statement of Work, and technical specifications for the project. Furniture will be purchased by other contract. The Solicitation will be available by download from the Internet only. NAICS code is 236220. This is an UNRESTRICTED procurement. Size Limitation is $33.5M. Contract duration is 610 days. Approximate issue date is 1 April 2009 and approximate due date for Phase I proposals is 1 May 2009 at 2:00 p.m. Louisville Time. Project documents will be web only. Downloads are available only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. This announcement serves as the advance notice for this project. Amendments will be available from the FedBizOps website by download only. Questions may be addressed to Jennifer.J.Anderson@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4de921182fc3dab85c61d949c4d261a6&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
- Zip Code: 40202-2230<br />
- Zip Code: 40202-2230<br />
- Record
- SN01771771-W 20090320/090318215531-4de921182fc3dab85c61d949c4d261a6 (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 |