Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOLICITATION NOTICE

Z -- FY11 MCA PN67258, WBR Brigade Complex PH7A, Tripler Army Medical Center, Oahu, Hawaii

Notice Date
12/2/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-11-R-0003
 
Response Due
12/17/2010
 
Archive Date
2/15/2011
 
Point of Contact
Bruce Ayres, 808-438-1217
 
E-Mail Address
USACE District, Honolulu
(bruce.r.ayres@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT INFORMATION: Design-Build renovation of a barracks, Unaccompanied Enlisted Personnel Housing (UEPH), facilities with maximum gross area of 53,436 square feet to house 146 unaccompanied personnel. This project is to house single soldiers and is intended to be similar both functionally and technically similar to housing in the private sector community surrounding the installation. Project includes living / sleeping rooms, baths, walk-in closets, service areas, manager's office, mailroom, laundry rooms, kitchen, vending area, janitor's closet, mechanical rooms, electrical rooms, telecommunication rooms, and storage. Construct a central mechanical plant and fire pump house. Structural upgrades will be required for the renovated building. Anti-terrorism Force Protection measures are required for all buildings in this project and the minimum standards will be provided. Structural upgrade of the building and the installation of laminated glass for all exterior windows and glazed doors are required because of the stand-off distance from roads and parking is approximately 33-feet. Supporting facilities include relocation of utility lines, storm drainage, and permanent relocation of telephone/LAN/Oceanic Cables. Asbestos abatement and Historical Preservation are required for this renovation. The facility must be able to meet LEED Silver Certification or better for the design and construction. The magnitude of this construction project is between $25,000,000 and $100,000,00. The Estimated Contract Award Date is 31 March 2011. SOLICITATION INFORMATION: The solicitation will be issued as is a small business set-aside, request for proposal, for the design and construction of a barracks as part of the Whole Barracks Renewal Brigade Complex PH7A, Tripler Army Medical Center, Oahu, Hawaii. The resulting contract will be a design-build firm-fixed priced. This is a 1-Phase Design-Build Best Value solicitation process. The procurement will be conducted using the best value tradeoffs process in accordance with FAR 15.101-1. Source selection procedures and the award will be based on the Offeror whose proposal represents the best value to the Government. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. The Government intends to make award without entering discussions. Proposals will be submitted in two (2) separate envelopes, Volume I - Non-Priced Proposal and Volume II - Price Proposal. Volume I will be evaluated on two (2) non-price factors. Factor I, Experience Factor II, Past Performance Volume II, Price Proposals Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. All Offerors are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, and up to final award. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors must be registered in CCR and ORCA http://orca.bpn.gov. Joint Ventures demonstrating the necessary qualifications will be considered and are encouraged. Joint ventures must be registered in CCR and ORCA as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the CCR database will make an Offeror ineligible for award, (Reference DFAR 252.204-7004, Required Central Contractor Registration). Call 1-888-227-2423 for CCR information or visit the CCR website at https://www.bpn.gov/CCR/scripts/index.html. NAICS Code: 236220. The Small Business size standard is $33,500,000.00. SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Past Performance, Experience, and Price. The Government considers experience to be slightly more important than past performance and the overall non-price rating to be approximately equal to price. OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 20 December 2010, on the Federal Business Opportunities website at http://www.fbo.gov/. Enter this solicitation number in the Keywords/SOL#: (W9128A-11-R-0003). Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer in the form and format of the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation. POC: Bruce Ayres, Bruce.R.Ayres@USACE.Army.Mil, 808-438-1217 Alt POC: Maria Buckner, Maria.R.Buckner@USACE.Army.Mil, 808-438-8583
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-R-0003/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02336802-W 20101204/101202233839-6ec6a710092d75fcafde0fe215fd892b (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.