SOLICITATION NOTICE
Y -- Operational Readiness Training Complex (ORTC)
- Notice Date
- 10/7/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-12-R-0001
- Response Due
- 10/31/2011
- Archive Date
- 12/30/2011
- Point of Contact
- Dustin Smith, 206-764-6741
- E-Mail Address
-
USACE District, Seattle
(dustin.j.smith@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- CONTRACTING POC: Dustin Smith (Dustin.J.Smith@usace.army.mil); (206) 764 -6741 Alternate POC: Susan Newby (Susan.F.Newby@usace.army.mil); (206) 764-6754 Project is open to Section 8(a), Region 10 small businesses. It has been determined that competition will be limited to 8(a) firms located within the geographical area of Region 10, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The Seattle District Corps of Engineers has a phased requirement for designing and constructing a Operational Readiness Training Complex (ORTC) - Phase 1, Transient Barracks & Site located at Joint Base Lewis McChord. The work shall be in accordance with Request for Proposal documents. General Description of Work: Construct Operational Readiness Training Complex (ORTC) - Phase 1 Joint Base Lewis-McChord (JBLM), WA - Pierce County (North Fort) Transient Barracks and Site (Package 1): This project is for the Operational Readiness Training Complex (ORTC), Phase 1, 4-Story Transient Barracks and site improvements located at Joint Base Lewis-McChord (JBLM), WA. Final construction documentation will become the Center of Standardization (COS) Adapt-Build (A-B) model for JBLM ORTC Phase 2. The COS A-B Prototype will be used as the basis for future site adapted projects at JBLM. This project will utilize the Standard Design (SD) for the ORTC to provide parameters for basic, austere and durable facilities to accommodate transient housing. Transient Dining Facility (Package 2) - NOT IN CONTRACT: Contractor shall coordinate site and building elevations/features with the Dining Facility (DFAC) Contractor. Reference Appendix EE - Demarcation Matrix and Appendix J - Drawings for information regarding limits of DFAC site construction and Point(s) of Demarcation. The The Construction Cost Limitation (CCL) for award of this project is approximately $15.6 Million, and the offeror is in no way required to approach this ceiling. Offers above this amount may result in no award being issued. Project is subject to availability of funds. No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made. The project completion period is estimated at 540 calendar days. The NAICS code for this project is 236220 with a small business size standard of $33.5M. The solicitation shall be a Competitive 8(a) Two -Phase Combined Design-Build, Best Value Procurement conducted in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 15. The solicitation will be a Request for Proposals (RFP), and one firm-fixed-price contract will be negotiated as a result. On or about 25 October 2011, the solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW-12-R-0001. You must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an Offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fob.gov and add the solicitation to your "Watchlist." If you would like to list your firm so other can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation on www.fbo.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or to go the FedBizOps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District Listings only. This announcement serves as the advance notice for this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0001/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02604223-W 20111009/111007233929-f8441ec4aa384d93272ffda5d94b4b58 (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 |