SOLICITATION NOTICE
Y -- Ft Bliss, TexasIndoor Aquatic Center - Natatorium
- Notice Date
- 6/28/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY10R0018
- Response Due
- 8/3/2010
- Archive Date
- 10/2/2010
- Point of Contact
- Marcus D. Adams, 256-895-1386
- E-Mail Address
-
USACE HNC, Huntsville
(marcus.d.adams@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Firm fixed price contract for Design/Build of an indoor aquatic center at Ft. Bliss, Texas. This acquisition is being offered for competition limited to eligible 8(a) concerns. The acquisition will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. During Phase I (one) of the solicitation process, the Government will select a target of three (3) eligible offerors to compete in Phase II. However, the Government reserves the right to select more, less, or none at all. Description of work: This contract will be for the design/build of an indoor aquatic center at Fort Bliss, Texas. This aquatic center may include areas such as administrative offices, laundry facilities, mens and womens locker rooms, equipment storage, staff training rooms, central registration area, and enlarged mechanical room, etc. Development of the facility may also include associated site development necessary to construct the aquatic center. Development of this facility may also include all associated site development required including all site planning; clearing; grubbing; grading; installation of utility infrastructure; and, installation of roads, service access, parking, landscaping, etc. MILCON Transformation Request for Proposal and its underlying principles may be utilized in the criteria for these projects. Comparable projects in the private sector that are similar to the construction contemplated include: aquatic centers and natatoriums. The magnitude of this procurement is greater than $10,000,000. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov prior to submission of Phase I proposals. In order to inspect and download RFP documents without charge, contractors and their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov, once their CCR registration is complete. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge. Contractors can search for the solicitation by solicitation number. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance for this MATOC are listed below: The evaluation factors for Phase I are: FACTOR 1 Specialized Experience, FACTOR 2 Past Performance, FACTOR 3 Organizational and Technical Approach, and FACTOR 4 Utilization of Bentley BIM v8. The evaluation factors and their associated levels of importance for Phase II are: FACTOR 1 Design Technical, FACTOR 2 Remaining Performance Capability Proposal, FACTOR 3 Price and Pro Forma Information. The Factors of each Phase will be broken down further in their associated RFP. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Phase One for this solicitation will be issued in electronic format only and will be available on or about 3 August 2010. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 3 September 2010 and will be stated in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10R0018/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02190414-W 20100630/100628235410-2e117d7a03763799cae071b6963b46cd (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 |