Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2002 FBO #0054
SOLICITATION NOTICE

Y -- Basic Combat Trainee Complex 1, Phase I and II - Fort Jackson, South Carolina

Notice Date
1/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-02-R-0018
 
Response Due
2/11/2002
 
Archive Date
3/13/2002
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NOTE: Any prospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/ Contractors may view and/or download this solicitation and all amendments from the i nternet after solicitation issuance. Plans and specifications will be issued on Compact Disk (CD-ROM) and will be provided free of charge to prime contractors and plan rooms on a first come first serve basis. Only 50 CD?s will be issued. Paper copies o f this solicitation will not be available. Description of Work: This solicitation is for the design, permitting, site preparation and construction of a standard-design battalion-size, Basic Combat Trainee (BCT) complex for 1200 soldiers in training consi sting of open-bay billeting space, five company headquarters, classroom space, a battalion headquarters, and a standard design dining facility sized to support 800-1300 soldiers. This project includes all structural electrical, mechanical, protection and i nformation systems, intrusion detection system and Anti-Terrorism/Force Protection (AT/FP) measures. AT/FP measures include exterior security lighting, heavy landscaping, bollards, laminated glass windows including structural enhancements and standard setb ack distances from parking areas, roads, and facilities. Provisions for the handicapped will be provided for into the design of this project. Comprehensive interior furnishings and equipment design services are requested for administration and operations a reas. Supporting facilities include water, electrical, street lighting, information systems, fire protection and alarm systems, sanitary and storm sewer systems, access roads, parking, sidewalks, curbs and gutters, paving, fencing, loading docks, signage, a running track/outdoor instruction/physical training area, troop assembly and staging areas, landscaping, site improvements and AT/FP measures. Heating and 1,680 tons of air conditioning will be provided by connection to new Central Energy Plant (CEP#4) that will be constructed as part of the project. This new CEP will also provide service to another new BCT complex to be constructed at a later date while also providing backup capabilities for two existing BCT complexes adjacent to this project site. Demo lition of existing roads and parking area in the ?site footprint? will be accomplished as part of the project. This project shall be designed by registered architects and engineers employed by or subcontracted by the successful contractor. This project wi ll be procured using the two-phase design-build selection procedures set forth in FAR 36.3. In Phase I, offerors will receive a request for proposal letter including the project description, submittal requirements, and evaluation factors for both phases. No more than five offerors will be invited to participate in Phase II. The Government anticipates that the Phase II documents will be issued on or about 15 Mar 02. Proposals shall include sufficient detailed information to allow a complete evaluation. O fferors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Phase I Factors Factor 1-1 - Past Performance Factor 1-2 - Technical Approach Narrative Factor 1-3 - Relevant Design-Build Experience Phase II Factors: Factor 2-1 ? Building Function and Aesthetics Factor 2-2 ? Building Systems Factor 2-3 ? Site Design Considerations Factor 2-4 ? Sustainable Design Factor 2-5 ? Management Plans and Schedules There are no options under consideration at this time, however the need for options will be re-evaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued. The estimated cost of the project is between $25,000,000.00 and $100,000,000.00. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. This solicitation will be issued in electronic format only and will also be available on or about February 11, 2002 on the Internet at http://ebs.sas.usace.army.mil / Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor?s responsibility to check the Internet address provided below as necessary for any posted cha nges to this solicitation and all amendments. For additional information or assistance, please contact Mary Corbin, Contract Specialist, e-mail: mary.m.corbin@sas02.usace.army.mil.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Record
SN20020125/00018052-020123210301 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.