SOLICITATION NOTICE
Y -- FY09 Grow The Army Projects: PN 69308, PN 68786, PN 68821, PN 68822, South Range, Schofield Barracks, Oahu, Hawaii
- Notice Date
- 6/8/2010
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-10-R-0003
- Archive Date
- 8/6/2010
- Point of Contact
- Kent Tamai, Phone: 808-438-9700, Jennifer Ko, Phone: (808)438-8564
- E-Mail Address
-
kent.a.tamai@usace.army.mil, jennifer.i.ko@usace.army.mil
(kent.a.tamai@usace.army.mil, jennifer.i.ko@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Design and construct the following projects: PN69308 GTA Infrastructure Facilities project shall include but is not limited to design and construction all roads, shoulders, walks, curbs, gutters, utilities, grading, drainage, and other site improvements required to provide major site and utility infrastructure support to support the three current GTA Campus projects and other future identified facilities. PN68786 Engineer Unit Operations & Maintenance project shall include but is not limited to design and construction of one small Brigade Headquarters (BDE HQ); one Company Operations Facility (COF) for 2 companies with covered hardstand; one small Tactical Equipment Maintenance Facility (TEMF) to include POL storage bldg, hazardous waste storage building, organizational unit storage facility, organizational (Tactical) vehicle hardstand; one General Purpose Administrative Facility. PN68821 HHD MP Unit Ops & Maint Complex shall include but is not limited to design and construction of one Criminal Investigation Design Command battalion Headquarters bldg (CIDC BN HQ) with arms vault and classrooms. Scope also includes one COF for one company with covered hardstand; two small TEMFs to include POL storage bldg, hazardous waste storage bldg, organizational unit storage facility, organizational (Tactical) vehicle hardstand in each TEMF; one General Purpose Administrative Facility. PN68822 Explosive Ordnance Disposal Complex shall include but is not limited to design and construction of one small BN HQ; one COF for one company with covered hardstand; deployment equipment storage bldg, organizational (Tactical) vehicle parking. This Grow the Army (GTA) solicitation is subject to MILCON Transformation requirements; therefore, all buildings will be standard design IAW the Model Design-Build RFP developed by various components of the Department of the Army. This is an unrestricted procurement. Estimated cost is between $100 Million and $250 Million. This is a 2-Phase Design Build Best Value solicitation process. Phase I process requires potential offerors to submit their performance and capability information for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select approximately 4-6 highest-rated offerors to submit a technical and cost proposal for consideration by the Government. 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 both the past performance rating received in Phase 1 and the evaluation rating received in Phase 2. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The proposal process for this 2-Phase procurement consists of the following: PHASE 1 PROPOSAL - Experience, Past Performance, Organization and Technical Approach and Small Business Program. PHASE 2 PROPOSAL - Government Preferences, Proposed Contract Duration and Summary Schedule, and Price. The pre-proposal conference and site visit is anticipated to be held during the week of July 12, 2010. Traditional hard copies of plans and specifications will NOT be available for this project. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov on or about June 23, 2010. It is the offeror's responsibility to check for any posted changes to the solicitation. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register in CCR, go to http://www.ccr.gov. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum extent practicable with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. All offerors are encouraged to visit the Honolulu District Contracting Division's website at http://www.poh.usace.army.mil/CT/CT.htm to view other business opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-10-R-0003/listing.html)
- Place of Performance
- Address: South Range, Schofield Barracks, Oahu, Hawaii, Ft Shafter, Hawaii, 96858-5440, United States
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02170764-W 20100610/100608234533-40724d4acc9e1f8c6a34bb98173afb17 (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 |