Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

Y -- Design Build Contract for Security and Safety Improvements for the Intelligence Community Campus (ICC-B), Bethesda, MD

Notice Date
7/6/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-11-R-0054
 
Response Due
8/23/2011
 
Archive Date
10/22/2011
 
Point of Contact
Marianne Stakem, 410-854-0738
 
E-Mail Address
USACE District, Baltimore
(marianne.d.stakem@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is unrestricted; NAICS 236220, small business size standard $33,500,000.00. Estimated cost of construction is between $25,000,000.00 and $100,000,000.00. Completion Date will be fifteen months. The project will require design and construction of a 6-level structured parking garage for 2,200 cars, a vehicle control and inspection station, and a new vehicle control center (VCC) facility. The VCC shall achieve a LEED Gold rating, certifiable by the US Green Building Council. This project is being considered for a NetZero project. All construction on the North campus will maximize sustainability features. Additional work on the North campus includes, but is not limited to: new entry roads, new security features for vehicles and pedestrians (fencing, gates, anti-ram barriers, speed bumps), new walkways, paved surface parking areas and pavement markings, curb and gutters, low-impact development storm water features, utility relocation, exterior lighting, seeding and tree removal/re-vegetation, security and communications infrastructure, and incidental related work. All responsible sources may submit a proposal which shall be considered by the agency. Contractors must be U.S. Citizens. If you are interested in this procurement, you are strongly encouraged to register on the preceding page by clicking on the block entitled "Register as Interested Vendor", in the lower right hand corner of the screen. This will provide a bidders/vendor's list for this procurement. This requirement is being advertised as a Request for Proposal (RFP). This RFP requires separate technical and cost proposals to be evaluated based on a Best Value Approach. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Submittal of a technical and cost proposal will be required. Large Business firms will be required to submit a Subcontracting Plan in accordance with Section 00100 of the solicitation package. The Small Business Goals are 50% of the total value of subcontracted work. Of that 50%, 17% shall be with Small Disadvantaged Businesses (SDB), 18.0% shall be with Women Owned Small Businesses (WOSB), 10% shall be with Historically Underutilized Businesses (HUB Zone), 8.5% shall be with Veteran Owned Small Businesses (VOSB) and 4% shall be Service Disabled Veteran Owned Small Businesses (SDVOSB). THIS INFORMATION DOES NOT PERTAIN TO SMALL BUSINESSES. Issuance date of RFP is on or about 21 July 2011, receipt of proposals on or about 30 days from the release of the solicitation. Qualified contractors are encouraged to attend a pre-proposal conference / site visit. The exact date and further details shall be provided in the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. The solicitation will be provided in an electronic format to all authenticated account holders of the Federal Business Opportunities (FBO) System. Please note that all Corps of Engineers acquisitions require users to have a valid MPIN entered in the FBO system to access packages. The media through which the Government chooses to issue this solicitation will be the Internet. However, the plans and specifications will be provided by issuance of CD's only at the designated pick-up location listed in the solicitation. Further details will be provided in the solicitation. No phone or fax request for copy of solicitation will be accepted. This synopsis is in reference to sources sought number W912DR-11-S-0030 previously issued on 1 June 2011. All offerors are encouraged to visit the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM - W912DR - IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. Questions may be directed in writing to Marianne Stakem via email at Marianne.D.Stakem@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-11-R-0054/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02490996-W 20110708/110706235225-066b837a2be4a55ae0428e0c45f594d0 (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.