Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2002 FBO #0076
SOLICITATION NOTICE

Y -- Fire Crash Rescue Station, Little Rock Air Force Base, Pulaski County, Arkansas

Notice Date
2/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
DACA03-02-R-0017
 
Response Due
4/8/2002
 
Archive Date
5/8/2002
 
Point of Contact
Janet Holmes, 501-324-6229
 
E-Mail Address
Email your questions to USACE Little Rock District
(janet.holmes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is Phase I of a two-phase design-build procurement. The proposed project includes the design and construction of a Fire Crash Rescue Station for the Little Rock Air Force Base (LRAFB). The facility serves a dual function: 1) Fire Crash Rescue Statio n, providing emergency crash/rescue response on the LRAFB airfield and 2) Community Fire Station - emergency response to the entire LRAFB installation including: community, housing, industrial, and training areas. The facility will be located on the fligh t line for quick response to aircraft emergencies. The facility shall house all Base Fire Department fire protection vehicles, equipment, and operating personnel. Space shall be provided for truck bays, radio dispatch areas, sleeping area, kitchen, class rooms, administrative, and other support areas. The project will include improvement or construction of new access road(s), asbestos abatement and lead based paint abatement of existing facilities being demolished, installation of Anti-Terrorism Force Pro tection (ATFP) measures, utility relocation, and demolition of four buildings, with an option for demolition of four additional buildings. The solicitation will be evaluated under the Two Phase Design-build Process. Phase I requires submittal of complete information on the design-build team. Phase I will be an evaluation to determine the highest qualified contractors and invite them to submit offers for Phase II. A maximum of four most highly qualified teams will proceed to the Phase II proposal submitt als. The evaluation criteria listed below are in descending order of importance and will be used in this solicitation unless modified by amendment prior to receipt of proposals. Phase I will require a management plan that will be evaluated with the follo wing five evaluation factors: 1) Construction Team Experience including past performance, quality control and qualification of personnel; 2) Design Team Experience including past performance, qualifications of personnel and Quality Control Processes, Staff ing/Structure and Experience; CADD Capability; 3) Project Organization/Management Plan including Control of Time and Cost Growth and Management Strategy. Phase II will require a management/technical proposal with preliminary design in Volume I and will be evaluated with the following five evaluation factors: 1) Functional Organization of Facility and Site; 2) Soundness and Quality of Design; 3) Technical Solutions and Major Subcontractors; 4) Service Related Aspects of Facility Maintenance; and 5) Project Schedule including Completion Time. Phase II, Volume II, will include: 1) Cost/Price Proposal and 2) Subcontracting Plan. The best value design-build contractor will be selected for contract award during Phase II evaluations. The technical evaluation factors are considered approximately equal to cost or price. The contract is anticipated to be Firm Fixed Price. The North American Industrial Classification System code is 233320 and the annual size standard is $27.5 million. Estimated magnitude of wo rk is $5 to $10 million. Issue date for Phase 1 of the solicitation will be on or about 07 March 2002, with offers to be received on or about 08 April 2002. This procurement will be advertised UNRESTRICTED. Proposals from large business firms must compl y with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Little Rock District 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%; Veteran-Owned Small Business ? 3.0%; Historically Black Colleges/Universities and Minority Institutions ? 2.0%; and HUBZone Small Business ? 2.5%. The plans and specificatio ns will be placed on Compact Disk (CD-ROM) and will be provided free of charge. Plans and specs will not be provided in a paper hard copy format. THE NUMBER O F CD-ROMS IS LIMITED TO ONE (1) PER FIRM. Registration for plans and specifications should be made via our Internet Homepage at https://ebs.swl.usace.army.mil. Contractors may view and/or download this solicitation and all amendments from the Internet af ter solicitation issuance. It is the contractor?s responsibility to check the Internet Homepage daily for any posted changes to this solicitation. Registration via our homepage will ensure that each plan holder receives notification of amendments to the solicitation when they are issued. Requests may be made in writing to the Little Rock District, Corps of Engineers, P.O. Box 867 / 700 West Capitol Avenue, Little Rock, Arkansas 72203-0867 or by fax at 501.324.5196. Orders will not be accepted by telepho ne. Include in your request the solicitation number, name of firm, point of contact, mailing address, street address, telephone and fax numbers, email address and company status (general contractor, subcontractor, supplier or plan room). Failure to provi de the above information may cause a delay in receiving the CD-ROM and amendments. Offerors are encouraged to visit the Army?s Single Face to Industry website at http://acquisition.army.mil to view other business opportunities. Offerors must be registere d with the Central Contractor Registration and VETS 100 in order to receive a government contract award. To register, the CCR Internet address is: http://www.ccr.gov and VETS 100 Internet address is http://www.vets100.cudenver.edu/ . No CDs will be sent via express mail on the initial issuance. Contracting Officer for this procurement is Russell C. Hickam. Point of Contact for questions or information is Janet Holmes at 501.324.6229 or email janet.holmes@usace.army.mil.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN00026862-W 20020216/020214213312 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.