Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2009 FBO #2795
MODIFICATION

Y -- Design/Build Warrior in Transition Complex, Fort Richardson, AK

Notice Date
7/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0021
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
Kristine G Stoehner, Phone: 907-753-2554
 
E-Mail Address
kristine.g.stoehner@usace.army.mil
(kristine.g.stoehner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT: Kristine Stoehner, 907-753-2554 Email: kristine.g.stoehner@ usace. army.mil. SOLICITATION INFORMATION: Two-Phase design/build full and open Request for Proposal (RFP). Magnitude for the anticipated contract is between 25M and $100M. Any resulting contract will be firm-fixed priced. A stipend of up to $70,000 each may be authorized for each unsuccessful Phase 2 Offerors. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors, which are cited in the solicitation. Phase 1 will be an evaluation of Offerors performance capability proposals. The Government will evaluate the Phase 1 performance capability proposals and select no more than three (3) offerors to be invited to participate in Phase 2. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. Should Congress not appropriate the funds, the solicitation may be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. The Davis-Bacon Act will apply. All Offerors are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and up to final award. All Offerors are advised that they must be registered in CCR and ORCA http://orca.bpn.gov. Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the CCR database will make an Offeror ineligible for award, (Reference DFAR 252.204-7004, Required Central Contractor Registration). Call 1-888-227-2423 for CCR information or visit the CCR website at https://www.bpn.gov/CCR/scripts/index.html. NAICS Code: 236220. The Small Business size standard is $33,500,000.00. Anticipated NTP: Early 2010 with an 820 calendar-day period of performance. (1) PROJECT INFORMATION: Design/Build a standard design Warrior in Transition (WT) Complex at Fort Richardson, Alaska. The primary facilities includes a WT 80 person Barracks, a WT Soldier and Family Assistance Center, a WT Medium Company Headquarters Facility, and a WT Battalion Headquarters. Facilities include building information systems, installation of an Energy Management and Control System (EMCS), Fire/Smoke detection/Enunciation/Suppression Systems, and connections to the installation central systems, Anti-Terrorism/Force Protection (AT/FP) measures are required, and may include building access control, surveillance and mass notification systems, bollards, area lighting, barrier landscaping and minimum standoff distances. The project is to achieve Leadership in Energy and Environmental Design (LEED) Silver. Comprehensive building and furnishing related interior design services are required. Supporting facilities include site work, utilities, lighting, parking, sidewalks, roads, curbs and gutters, storm drainage, site accessories, landscaping, and other site improvements. Access for persons with disabilities will be provided. Design to be provided in Building Information Modeling (BIM). Maximum period of performance is 820 calendar days; however, a fast track schedule is encouraged. Joint Ventures demonstrating the necessary qualifications will be considered and are encouraged. (2) SELECTION CRITERIA: Evaluation criteria anticipated to be: PHASE 1: Specialized Experience, Past Performance, Organization and Technical Approach;( PHASE 2: Design Technical (Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design; and Sustainability Requirements), Remaining Performance Capability Proposal (Proposed Contract Duration and Summary Schedule; Key Subcontractors; and Utilization of Small Business Concerns), and Price and Pro Forma Information. The Government considers the overall non-price rating to be significantly more important than price. (3) OBTAINING THE SOLICITATION: The Phase 1 solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download 2 July 2009 at the Federal Business Opportunities website at http://www.fbo.gov/. Click the View Opportunities link in the Buyers/Engineers window and enter this solicitation number in the Keywords/SOL#: dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offerors responsibility to check for any posted changes to this solicitation. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-07-01 12:02:59">Jul 01, 2009 12:02 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-07-20 18:06:36">Jul 20, 2009 6:06 pm Track Changes Subject Solicitation is currently scheduled to be available for download on or about the week of July 27, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-R-0021/listing.html)
 
Place of Performance
Address: Alaska, United States
 
Record
SN01880477-W 20090722/090720234937-df2347e00f3033a1b99524ba53c89c04 (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.