SOLICITATION NOTICE
Y -- Company Operations Facilities (COF) & Special Operations Forces (SOF) at Hunter Army Airfield, GA
- Notice Date
- 12/29/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-16-R-0008
- Point of Contact
- Julie Oliver, Phone: 9126525899, Steven A. Hill, Phone: 9126525163
- E-Mail Address
-
julie.m.oliver@usace.army.mil, steven.a.hill@usace.army.mil
(julie.m.oliver@usace.army.mil, steven.a.hill@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN-16-R-0008 for the design, demolition and construction of the Company Operations Facilities (COF) for the Special Operation Forces (SOF) Headquarters and Headquarters Company (HHC), Communications Unit, Medical & Physical Therapy Unit, Chaplin, Judge Advocate General (JAG), and Family Readiness Group (FRG) assigned to the 3/160th Special Operations Aviation Regiment (SOAR). The construction issued under this proposed single contract will require performance of work at Hunter Army Airfield, Georgia. Project includes administrative module, supply (readiness) module, covered concrete hardstand area, loading/service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control System (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, 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. This will be a competitive acquisition for the award of a design-build C-type contract. The project will be set aside for small business concerns and will use a Two-Phase Design-Build process in accordance with FAR Part 36.3. Only one award will be made from this solicitation to the Offeror whose proposal represents the best overall value. In Phase I, the Government will evaluate proposals for performance capability of the Offerors, and will select up to five (5) of the most highly qualified Offerors to participate in Phase II. In Phase II, proposals will be evaluated for both technical capability and price. Only those Offeror's who receive a written notification from the Savannah District Contracting Officer will move forward to participate in Phase II, and will be provided the technical requirements package. For Phase I, Factor 1, the requirements are Relevant Specialized Experience to include Design-Build; and Past Performance. Past Performance is more important than Relevant Specialized Experience to include Design-Build. The detailed submission requirements for Phase I will be identified in the Phase I solicitation. For Phase II, Factor 2, the requirements are Price; and Design Technical. Design Technical will consist of Building Function and Aesthetics; and Quality of Building Systems. Design Technical overall, is more important than Price. Within Design Technical, Building Function & Aesthetics is more important than Quality of Building Systems. Firms that are selected to move forward to Phase II will receive the detailed submission requirements in the Phase II solicitation. The Government may make award without discussions, so Offerors should not automatically assume they will have an opportunity to participate in discussions or be asked to submit a revised offer. The awarded contract will include base and optional CLINS. The Government shall use the total of the base and all optional CLINS as the evaluated price for making the best value decision. Options will include Overhead Protection for the COF, Paved Area for Site Development, Paved Service Yard & Access Drive, Installation of Security Equipment, and Installation of Audio Visual Equipment. The total number of calendar days for design and construction through completion shall not exceed 540 calendar days. Contract performance is 540 calendar days for the Base and Optional CLINS after Notice to Proceed for the work is issued. Exercise of options will not extend the 540 calendar day maximum contract performance time. In accordance with FAR 36.204(g) the disclosure of magnitude for this project is between $5,000,000.00 and $10,000,000.00. The Government must be able to verify your SBA certification. All interested firms, included Joint Ventures (JVs), must be approved under NAICS 236620 and have a current System for Award Management (SAM) registration at https://www.sam.gov. Firm must be able to adequately bond the project and provide evidence of capabilities to perform comparable work to include geographic span and project size. Firm must be able to execute design and construction, or have established relationship with a design firm to perform design-build, to include a formal signed teaming agreement, if applicable. The Offeror shall identify the major or critical aspects of the requirement to be performed by those identified in the Teaming Arrangement. For Offerors interested in submitting proposals as a Service Disabled Veteran Owned Small Business, you are requested to submit the Department of Veteran Affairs (VA) Verification Letter verifying that our business has been approved as such and added to the verified Veteran business database at www.VetBiz.gov. The Phase I solicitation when posted, will be available free of charge by electronic posting at the Federal Business Opportunities Website (FedBizOps) http://www.fbo.gov. Project files are Portable Document Format (PDF) that can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the Phase I solicitation, contractors are required to register at the FedBizOps website. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Electronic proposal submission will be required through the AMRDEC website in accordance with specific instructions that will be identified in the forthcoming Phase I solicitation. Electronic submission sent via email or facsimile will not be accepted. Hand carried proposal submission is not authorized. The AMRDEC website for registration and submission of proposals is https://safe.amrdec.army.mil/SAFE/Welcome.aspx. In accordance with FAR 52.228-1 Bid Guarantee, Offerors are required to submit and original bid bond for either 20% of the bid price, or $3M, whichever is less. Original bid bonds must be delivered by U.S. Mail by the time proposals are due, and in accordance with specific instructions that will be identified in the solicitation. It is tentatively expected that the Phase I solicitation will be issued sometime in January 2016, and the Phase II solicitation should be issued to the selected Offerors in April 2016. Actual dates will be available in the solicitation, and specific details will be identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-16-R-0008/listing.html)
- Place of Performance
- Address: Performance of Work Location: Hunter Army Airfield, GA, District Office:, U.S. Army Corps of Engineers, Savannah District, 100 West Oglethorpe Avenue, Savannah, GA 31401, United States
- Zip Code: 31401
- Zip Code: 31401
- Record
- SN03979547-W 20151231/151229234220-eba212ea716d1f66bcb3553aae2e3328 (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 |