SOLICITATION NOTICE
Y -- Design and Construction of an Operational Readiness Training Complex (ORTC) at Fort Hunter-Liggett, CA
- Notice Date
- 9/10/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-12-R-0044
- Response Due
- 10/24/2012
- Archive Date
- 12/23/2012
- Point of Contact
- Misty Jones, 502-315-7401
- E-Mail Address
-
USACE District, Louisville
(misty.d.jones@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Design and Construct a standard design battalion sized Operational Readiness Training Complex (ORTC), to include battalion headquarters, company operations, vehicle maintenance, dining, enlisted barracks, officer quarters, company storage sheds, organizational vehicle parking, information systems, fire protection and alarm systems, video surveillance system installation, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, information systems processing center with generator back up, landscaping and signage. Heating and air conditioning will be provided by self contained system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. The solicitation does not have a set-aside and is a Full and Open procurement. In accordance with Federal Acquisition Regulation 19.307(b), this project requires the HUBZone 10% price evaluation preference. Additionally, a Project Labor Agreement may be proposed. The estimated cost range is between $25,000,000 and $100,000,000. The contract duration is estimated at 700 days. This project is a two-phase, design/build procurement utilizing the best value/tradeoff process. The proposal process consists of the following: Phase I of the solicitation process is anticipated to be issued by 25 September 2012 with proposals due by 24 October 2012. Selection for Phase I will be based upon Relative Experience, Confidence in Performance and Safety Performance. Following the review, evaluation and rating of the Step I proposals; the five most highly qualified offerors will be selected to submit phase-two proposals. Phase II is anticipated to be issued by 20 December 2012 with proposals due by 06 March 2013. Selection for Phase II will be based upon Technical Proposal Information, Project Management, Small Business Participation and Price. This announcement serves as the advance notice for this project and is for information purposes only. Detailed information regarding the selection criteria and requirements for this procurement will be provided in the solicitation, which will be available and downloaded at https://www.fbo.gov. The United States Army Corps of Engineers (Louisville District) is responsible for this procurement. All inquiries and comments shall be submitted through ProjNet at http://www.projnet.org/projnet. Information to access this site will be made available in the solicitation at the time of issuance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0044/listing.html)
- Place of Performance
- Address: U.S. Army Garrison Fort Hunter-Liggett N/A Fort Hunter-Liggett CA
- Zip Code: 93928
- Zip Code: 93928
- Record
- SN02875317-W 20120912/120911000254-ca49485c7a34fc07e82df85ba66a25f4 (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 |