Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2010 FBO #3088
SOLICITATION NOTICE

Y -- Design Build - Phase I, Klamath Falls Armed Forces Reserve Center, Kingsley Field ANG Base, Klamath Falls, Oregon

Notice Date
5/7/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-10-R-0004
 
Response Due
7/6/2010
 
Archive Date
9/4/2010
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Oregon intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for the design and construction (design-build) of Project No. KJAQ029041entitled Phase I, Klamath Falls Armed Forces Reserve Center, Kingsley Field ANG Base, Klamath Falls, Oregon. The project involves the design and construction of a 14,000 SF Air National Guard (ANG) Security Forces facility. The new facility will house the Security Forces functions including command, administrative, security control, training areas and storage for the 173d Security Forces Squadron. The project will also entail the demolition of two existing Air National Guard facilities. The facilities are: Bldg 207, 17,309 SF, current Security Forces Squadron operations building and bldg 571, 24,000 SF (pre-engineered metal building), current Security Forces squadron mobility storage area. The successful design builder must design and construct a complete and usable facility, as described in the RFP documents. This facility is subject to and must comply with the Energy Policy Act (EPACT ) of 2005 and Department of Defense Anti-Terrorism / Force Protection standards. This facility must achieve a minimum Leadership in Energy and Environmental Design (LEED) Silver Certification. Design and construct of phase one shall provide for future expansion of the facility and shall do such in a manner to provide a joint feeling at the completion of the Phase two construction. At this time, Phase two construction will NOT be included in this scope of work. The anticipated contract performance period for design and construction is 548 calendar days after receipt of Notice to Proceed (NTP). The estimated target objective for this project is approximately $5,400,000.00. This procurement is being solicited using the two-phase design build selection procedures authorized by FAR 36.3. The Phase One solicitation issue date is on/about 21 May 2010. Phase One proposal closing date is on/about 6 July 2010. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3. Phase One evaluation factors include, but are not limited to the design builders past performance, technical capabilities and design-build experience. Price is NOT required with Phase One proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select three (3), but no less than two (2) and no more than five (5), of the highest rated design builders to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government. Three (3) offerors will compete in phase two under typical circumstances. The Phase Two evaluation factors include but are not limited to, price, project management, execution program, design and construction schedule and facility specific technical data. This is a total small business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 236220. The small business size standard for this NAICS is 33.5 million average annual revenue for the previous three years. The pre-proposal conference is tentatively scheduled for 4 June 2010. This date will be confirmed upon the posting of the solicitation. Interested contractors are encouraged to attend this site pre-proposal conference and shall follow conference registration and base access requirements as shown in the solicitation. Registration for this conference is imperative. A site visit will follow the pre-proposal conference. The Phase one and Phase two solicitation packages will be issued via the web only at https://www.fbo.gov/ as well as all amendments, site visit minutes and questions. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. All contractors and subcontractors interested in this project must register at the site. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Interested offerors must be registered or have the ability to become registered in the DOD Central Contractor Registration (CCR) database to receive an award. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors must be able to submit their representations and certifications on-line at http://orca.bpn.gov to receive an award. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The Phase Two solicitation will be posted at the conclusion of the Phase one evaluation and selection. The USPFO for Oregon will not issue paper copies of this solicitation. Telephonic and e-mailed requests directed to the USPFO for this solicitation will not be accepted and the interested offeror will be re-directed to the Federal Business Opportunities website. DISCLAIMER: The official solicitation will be located on the Federal Business Opportunities and the Government is not liable for information furnished by any other source. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-10-R-0004/listing.html)
 
Place of Performance
Address: 173d Fight Wing Kingsley Field Air National Guard Base Klamath Falls OR
Zip Code: 97603
 
Record
SN02143219-W 20100509/100507234236-bcafcc62cf497616973507a84bd29fa6 (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.