SOLICITATION NOTICE
Y -- FY16 PN 80412 Schofield Barracks Health Clinic Addition
- Notice Date
- 9/14/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-16-R-0001
- Point of Contact
- Graeme L. Silva, Phone: 808-835-4380
- E-Mail Address
-
Graeme.L.Silva@usace.army.mil
(Graeme.L.Silva@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION OF WORK: This is a two phase design-build construction project. The project is located on an Army Installation, Schofield Barracks, on the island of Oahu, in Hawaii. This requirement is for the design and construction of a new behavioral health and dental clinic, approximately 77,000 square feet, and three (3) stories high. The addition shall connect to the existing lanai/patio on Building 673 via an exterior covered walkway. Supporting facilities shall include utilities, site improvements, and a new electrical substation with a switchgear building. The project shall be designed in accordance with the criteria prescribed in Unified Facilities Criteria 4-510-01, Evidence Based Design principles, DoD Minimum Antiterrorism Standards for Buildings 4-010-01, barrier free design in accordance with the Architectural Barriers Act (ABA) Accessibility Standard, and DEPSECDEF memorandum "Access for People with Disabilities 10/31/2008", and applicable energy conservation legislation. The project shall be designed to LEED 2009 for New Construction and Major Renovations, Silver Certified rating standard. Operations and Maintenance Manuals, Commissioning, and Structural Interior Design shall be provided by the Design Build Contractor. Comprehensive Interior Design package shall be by the Design Build Contractor's Designer of Record. Due to the constrained nature of the proposed site the Design Build Contractor does not have to plan for future vertical or horizontal expansion of the building. The Design Build Contractor shall design for and provide all UFC 4-510-01 required Utility expansion. The Design Build Contractor shall be responsible for providing all other incidental work necessary to complete the project. SELECTION PROCESS: This project is a two-phase design-build solicitation following the Tradeoff (Best Value) approach. One solicitation will be issued covering both phases. Phase-One is the pre-selection phase (this phase does not include the submission of a price proposal). Evaluation factors under Phase-One will consist of the following: Experience of the Prime Construction Contractor and Experience of the Designer; Past Performance of the Prime Construction Contractor and Experience of the Designer. Proposals will be evaluated in Phase-One to determine which offerors will submit proposals for Phase-Two and an amendment will be issued to those selected offerors (maximum of five). The detailed project performance requirements for this project will be included in the Requests for Proposals (RFP) package during Phase One. Evaluation factors for Phase Two will consist of the following: Technical Approach, Experience of High Voltage Electrical Subcontractor, Key Personnel, Schedule, and Small Business Participation. Phase One and Phase Two proposal evaluation ratings will be used to determine the most advantageous proposal to the Government. Award of the Design-Build contract will be made to the firm that provides the best value based on the evaluated non price factors and price. In making this determination, all evaluation factors other than cost or price, when combined, are significantly more important than price. The Government reserves the right to make award to other than the lowest price offeror, price and other factors considered. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $25,000,000 and $100,000,000, in accordance with DFARS 236.204. The budget for this contract (based on available funds) is $76,000,000. Offerors are under no obligation to approach this ceiling. SUB-CONTRACTING PLANS: Required before an award is made to a large business when the award amount exceeds $1,500,000.00. If the selected offeror is a large business, the firm will be required to submit a sub-contracting plan that must be approved by the Contracting Officer prior to award. 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: None, 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 solicitation is expected to be available during the month of October 2016. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. SITE VISIT AND A PRE-PROPOSAL CONFERENCE: Dates will be found in the solicitation document. If you would like to list your firm so that others 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-16-R-0001/listing.html)
- Place of Performance
- Address: Schofield Barracks, Oahu, Hawaii, United States
- Record
- SN04270478-W 20160916/160914234400-0357f35b3fa6ca7c3c09044f41447e77 (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 |