MODIFICATION
Y -- Medical Clinic Replacement, Fort Knox, Kentucky
- Notice Date
- 2/4/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-R-0014
- Archive Date
- 9/30/2016
- Point of Contact
- Jesse E. Scharlow, Phone: 5023156183
- E-Mail Address
-
jesse.e.scharlow@usace.army.mil
(jesse.e.scharlow@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This project consists of the Design and Construction of a medical clinic replacement at Fort Knox, Kentucky. This project will provide new medical clinic replacement and clinical support activities. Supporting facilities include utilities, connection to existing Central Utility Plant, site improvements, parking, access roads, and environmental protection measures. The existing hospital will be demolished. The project will be designed in accordance with Unified Facilities Criteria UFC 4-510-01, DoD Minimum Antiterrorism Standards for Buildings UFC 4-010-01, barrier-free design in accordance with DoD, "ABA (Architectural Barriers Act) Accessibility Standard" and DEPSECDEF Memorandum "Access for People with Disabilities" dated 10/31/2008, Evidence Based Design principles, MHS World Class Checklist Requirements, and Energy Conservation UFC 1-200-02. The project will be designed to LEED Silver Certified rating standard. Operation and Maintenance Manuals, Enhanced Commissioning, and Comprehensive Interior Design will be provided. The solicitation may contain the following option: Removal and disposal of all special waste stream material found during excavation must be in a licensed Subtitle D Landfill. Furniture is NOT included in this contract. A Pre-proposal site visit will be held for the selected Phase 2 Contractors. Meeting and site visit details will be provided with the notification of selection for Phase 2. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $25,000,000 and $100,000,000, in accordance with DFARS 236.204. The target ceiling for this contract (based on available funds) is approximately $70,000,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is a two-phase procurement following the Tradeoff (Best Value) approach. The Phase 1 and Phase 2 technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five (5) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. Phase 1 proposals, at a minimum, will consist of the following: Past Performance of the Prime Contractor and Designer; Management Plan; Individual Personnel Experience; and Pro Forma Information. Phase 2 proposals, at a minimum, will consist of: Technical Information (Technical Approach Narrative, Structural Wall Sections, Plans, Renderings); Key Subcontractor Experience; Schedule; Small Business Participation; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This is a FULL AND OPEN competitive procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 29 February 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for Phase 1 proposals is 30 March 2016 at 2:00 p.m. Louisville time (EDST). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. 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. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Jesse Scharlow at jesse.e.scharlow@usace.army.mil or call (502) 315-6183. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-R-0014/listing.html)
- Record
- SN04010209-W 20160206/160204235048-32c80a91e72b55ecc7ca09ca99b63b76 (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 |