MODIFICATION
Y -- Design Build, Company Operations Facility, Fort Irwin, California
- Notice Date
- 8/11/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-09-R-0044
- Response Due
- 9/10/2009
- Archive Date
- 11/9/2009
- Point of Contact
- Lucia A. Carvajal, Phone: 213.452.3240
- E-Mail Address
-
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This project consists of design and construction of a Company Operations Facility comprised of an Administrative module, Readiness module and exterior covered hardstand. Organizational storage and organizational vehicle parking will all be included within the project as well as a Sustainable Design and Development (SDD), BIM and EPA 2005 features. Supporting facilities will include electric service, water, sewer, gas, paving, walks, curbs and gutters, storm drainage, site improvements, information systems and anti-terrorism measures. Access for individuals with disabilities must be provided. This project is required to facilitate the activation of an additional Explosive Ordnance Disposal (EOD) Company and a Linguistic Company. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the cost of the contract, not including the cost of materials with his/her own forces. The estimated construction range of this project is between $5,000,000 to $10,000,000. The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The basis for award is Best Value Tradeoff. This process permits tradeoffs among costs or price and non-cost factors and allows the Government to award to a superior offeror which is not the lowest priced offer but which is significantly more technically advantageous than the lowest priced offer so as to justify payment of a higher price. It is the Governments intent to award based on initial offers without discussions. The offeror chosen will complete the design and construct the facility. Evaluation factors may consist of the following: Design/Construction past performance on projects similar in nature; design/construction experience; design/construction key personnel; Project Management Plan. The aforementioned evaluation factors may not be all inclusive. This is an 8(a) competitive procurement. Competition will be limited to 8(a) firms in SBA Regions 8, 9, and 10 or firms that have a SBA approved bona-fide branch office within Regions 8, 9, and 10. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation will be available on or about 6 August 2009. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation both prospective primes and subcontractors must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK WWW.FBO.GOV FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY LOSS OF INTERNET CONNECTIVITY OR FOR AN OFFERORS INABILITY TO ACCESS THE DOCUMENTS POSTED AT THE REFERENCED WEBSITE. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0044/listing.html)
- Place of Performance
- Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
- Zip Code: 90053-2325<br />
- Zip Code: 90053-2325<br />
- Record
- SN01907512-W 20090813/090812001146-b4b8803d19383d70b5b73aa2d7d2de13 (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 |