COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15, 2000 PSA #2727
SOLICITATIONS
Y -- DESIGN-BUILD CONTRACT FOR DINING FACILITY, FORT SAM HOUSTON, TEXAS
- Notice Date
- November 13, 2000
- Contracting Office
- U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-01-R-0001
- Response Due
- January 12, 2001
- Point of Contact
- Natalie Allen -- (817) 978-2132
- E-Mail Address
- Click here to e-mail Contract Specialist with questions (Natalie.C.Allen@swf02.usace.army.mil)
- Description
- DESC: Design and Construction of a dining facility for approximately 1,092 persons, Fort Sam Houston, Texas. Supporting facilities include utilities; electric service; fire protection and alarm systems; paving, walks, curbs and gutters; access roads; storm drainage; information systems; heating, air conditioning, and site improvements. Access for the handicapped will be provided. Demolish one building (27,604 SF) with asbestos and lead based paint removal. This solicitation will be evaluated under the Two Phase Design Build Process. The evaluation criteria for Phase I, as stated below, shall be evaluated to determine the highest qualified contractors (minimum of two, but not to exceed five) and invite them into Phase II for submission of Phase II proposals. The following evaluation criteria listed in descending order of importance shall be in this solicitation unless modified by amendment prior to receipt of proposals: Phase I -- Management/Technical Proposal -- Project Organization and Personnel; Offeror Experience and Resource Commitment; Management Control Systems; Past Performance; Management/Technical Proposal Certification; and Financial Capacity. Phase II -- Design Proposal -- (Volume I -- Preliminary Design Proposal) -- Design Proposal; Preliminary Project Schedule; and Design Compliance Certification. (Volume II -- Cost/Price Proposal and Subcontracting Plan). Those offerors given the opportunity to offer Phase II proposals but not awarded the Design/Build contract are eligible to receive $25,000 (each) as a proposal development fee. To receive this fee, the eligible offeror must have submitted a Phase II proposal that met the minimally acceptable design criteria, not have withdrawn their proposal prior to award of the Design/Build contract, and agree to give the Government total and unlimited rights to the design submitted in their Phase II proposal. Those offerors who do not want to give the Government total and unlimited rights to their design must state in their proposal that they are waiving their right to receive the proposal development fee. The plans and specifications will be place on Compact Disk (CD-ROM) and will be provided free of charge. Plans and specifications will not be provided in a paper hard copy format. Notification of amendments shall be made through 3.5" diskette, CD-ROM and/or the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractor's responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://ebs.swf.usace.army.mil. All offerors are encouraged to visit the Army's Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. This is an UNRESTRICTED solicitation. Offerors from all qualified business concerns are solicited. Proposals from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District subcontracting goals are for specified percentages of the contractor's total planned subcontract amount to be placed with the following: Small Business 61.4%; Small Disadvantaged Business 9.1%; Women-Owned Small Business 5.0%; Veterans Small Business 3.0%; Historically Black Colleges & Universities/Minority Institutions (where applicable) 2.0%; and HUBZone Small Business 0.5%. Estimated Cost Range: $5,000,000.00 to $10,000,000.00. The North American Industrial Classification System (NAICS) Code applicable to this project is 23332, Commercial and Institutional Building Construction, which corresponds to SIC Code 1542. The Small Business Size Standard is $27.5 Million. Solicitation to be issued on or about 30 November 2000. Proposals due on or about 12 January 2001. This solicitation consists of a Base Bid and One Option (Option will consist of Demolition). Duration of the project: Base Bid is approximately 600 days, Option is approximately 120 days. Offers must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is "http://ccr.edi.disa.mil/ccragent/plsql/ccr.welcome". Bidders should register themselves on the Internet to receive a copy of this solicitation (CD-ROM). NO EXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD.
- Web Link
- Click for Contracting Divison Web Page. Click on Advertised (http://ebs.swf.usace.army.mil)
- Record
- Loren Data Corp. 20001115/YSOL005.HTM (W-318 SN506573)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on November 13, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|