Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2009 FBO #2889
SOLICITATION NOTICE

Y -- Design-Build, Military Operations Urban Training (MOUT) Phase IV, Fort Irwin, CA

Notice Date
10/20/2009
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-R-0004
 
Response Due
12/4/2009
 
Archive Date
2/2/2010
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project requirements are to Design and Construct the Phase IV of a Non-Standard Military Operations Urban Training (MOUT) project. This is the last and final phase of 4 phases of the new MOUT facility at Fort Irwin Army Base, Fort Irwin, Ca. The training facility will provide a realistic training environment that incorporates the lessons learned from recent combat deployments and from existing urban warfare training facilities. The facility is required to train Active Army, National Guard, Army Reserve, and other uniformed service members in the techniques of fighting within towns and cities at the brigade level. Phase IV will consist of approximately 89 buildings of which, 69 will be included in the base bid and 20 additional buildings as options. The primary facilities include single story 24 x 24 and 24 x 48 mixed use buildings and classrooms. training roads, and instrumentation. All buildings can be either CMU, studcast panels, pre-cast and concrete panels or cast-in-place concrete. Most buildings will only consist of an outside wall structure with an inside communications room. Proposed roof systems will provide protection for instrumentation and building contents, but is not meant to serve as a complete weather-tight entity. 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 offeror 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. 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 4 NOV 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. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-9. Failure to submit an acceptable sub-contracting plan may make the bidder ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 19.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 70% with small business; 6.2% with small disadvantaged business; 7.0% with woman owned small business;.9% with service disabled veteran owned small business; 3.0% with veteran-owned small business and 9.8% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. 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-10-R-0004/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN01988540-W 20091022/091020235200-95b83724e096feb46ef2a71d2ed4b233 (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.