COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6, 2001 PSA #2972
SOLICITATIONS
Y -- DESIGN-BUILD: MUNITIONS MAINTENANCE ADMINISTRATION FACILITY, FAIRCHILD AFB, WA
- Notice Date
- November 2, 2001
- Contracting Office
- US Army Engineer District, Seattle -- Military, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACA67-02-R-0210
- Response Due
- December 11, 2001
- Point of Contact
- Vincent Daniels, 206-764-3572, FAX 206-764-6817
- E-Mail Address
- US Army Engineer District, Seattle -- Military (vincent.e.daniels@nws02.usace.army.mil)
- Description
- This is a pre-solicitation notice, not a Request for Proposal. This project consists of the design and construction of a 1,135 SM Munitions Maintenance Administration Facility. The facility will feature concrete foundation, masonry walls, metal roof, env ironmental, safety, and fire detection/protection, and other necessary support features. The project will require the use of specific Green Building criteria to achieve the highest LEEDS rating permissible within the project budget. Project site is a cle an site adjacent to existing operational facilities on the base. Work includes site clearing and excavation, utility systems, roads, sidewalks, and landscaping. Demolition of 3 existing buildings, not located in the new construction area, (totaling 1,163 SM) with their servicing utilities, will be included in the contract. Demolition of the structures includes asbestos and lead base paint abatement. This solicitation will be conducted in accordance with procedures outlined in Federal Acquisition Regulati ons (FAR) Part 36.3 entitled Two-Phase Design-Build Selection Procedures. On or about 19 November 2001, a notice will be published on the Seattle District web site regarding Phase One (Pre-qualification). Those firms that wish to be considered for pre- qualification may provide submittals in accordance with the requirements stated in the notice. The submittals will be evaluated and the Contracting Officer will select up to five of the most highly qualified offerors based on demonstrated experience, qual ifications, past performance, and organizational approach. Phase Two will require the pre-qualified firms to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15. One firm-fixed price contract will be awarded as a result of the Phase Two evaluation to the firm offering the best value to the Government in terms of technical, price, and other pertinent factors (e.g., subcontracting goals). Notification will be sent to the pre-qualified and non-pre-qualified firms on or about 27 December 2001. The Request for Proposal package will be issued to the pre-qualified firms on or about 15 February 2002, with proposals due on or about 5 April 2002. Both the notice regarding pre-qualification and the project solicitation and its specifications will be issued in web only format at http://www.nws.usace.army.mil/ct. Web only format means that specifications and/or drawings will be available only via the Seattle District web site. No compact disks will be mailed to registered f irms. However, all firms are required to register on the web in order to receive notification of amendments or updates via electronic mail. No phone or facsimile requests accepted. All questions pertaining to this synopsis should be directed to Mary Mitt on at (206) 764-6806 or by electronic mail at mary.e.mitton@usace.army.mil. No phone or fax requests accepted. Estimated dollar value is in the range of $1 million to $5 million and the completion period is 540 calendar days. The Standard Industrial Cla ssification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for this project is 233320, which is matched to SIC Code 1542. Project is open to both large and small business. If you are a larg e business and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small, HUBZone, small disadvantaged, small woman-owned, and small veteran-owned concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $27.5 million. Proposed procurement will result in a fixed-price contract. For additional contracting opportunities, visit t he Army Single Face to Industry at http://acquisition.army.mil/.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20011106/YSOL003.HTM (D-306 SN512272)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on November 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|