Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2002 FBO #0110
SOLICITATION NOTICE

Y -- Design-Build Construction

Notice Date
3/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5006, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
X00-0473
 
Response Due
4/12/2002
 
Archive Date
4/24/2002
 
Point of Contact
Paula Miller, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055, - Shereen Turner, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055,
 
E-Mail Address
pmiller@bop.gov, sturner@bop.gov
 
Description
This is a pre-solicitation notice. The Federal Bureau of Prisons (FBOP) anticipates award of a Firm-Fixed Price Design/Build contract with award fees for the design and construction of a medium security Federal Correctional Institution (FCI) to be located in Pollock, Louisiana. The scope of work includes all architectural, engineering, construction, and other related services necessary to provide the new federal correctional facility. The proposed institution is currently planned to consist of a group of buildings in a campus plan arrangement with related site development and site utilities. The FCI will have a gross building area of approximately 56,000 square meters and be designed to house approximately 1,100 inmates. The Design-Build Base contract award will be for design and schedule development services, and is anticipated for approximately late Summer of 2002. The option for major construction is anticipated in late Fall 2002 and subject to funding availability for fiscal year 2003. The estimated magnitude of this project is expected to exceed $75,000,000. For consideration on this project, the offeror, at a minimum, must be a firm or joint venture with experience, individually or as a member of a team, in successfully and satisfactorily completing a project of similar size and scope. All responsible sources may submit a proposal which will be considered. For the design member of the design-build team, the Architect/Engineer firm or the principal or lead A/E firm of a joint venture, must have an existing active office, which will have responsibility for the plans and specifications, located within the State of Louisiana. The design of the architectural, structural, mechanical, electrical, civil, life safety, security electronics or other engineering features of the project shall be accomplished or reviewed and approved by architects and engineers registered in the State of Louisiana to practice in the particular professional field involved. Participation by architects, engineers, consultants, suppliers and subcontractors located within the State of Louisiana is encouraged. Participation by small, small-disadvantaged, HUBZone small businesses, small woman-owned businesses, veteran-owned businesses, and service disabled veteran-owned small businesses is also encouraged. The successful offeror will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small-disadvantaged, small woman-owned businesses, veteran-owned small businesses, and service disabled veteran-owned small businesses. The FBOP will be utilizing two-phase Design-Build selection procedures. The Phase One solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitation document will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. This notice is not a request for proposals. Phase One solicitations will be issued on or about April 12, 2002. The Phase One proposal due date will be identified in the Phase One solicitation. The Phase One solicitation will provide the scope of work, evaluation factors (Past Performance, Capability to Perform, Specialized Experience and Technical Competence, and Technical Approach) and submission information for interested Design-Build firms to prepare their Phase One qualification proposals. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. Phase Two participants will submit competitive past performance, technical, small business and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors (Past Performance, Preliminary Design and Proposed Technical Solutions, Proposed Organization and Key Personnel, Management and Scheduling Approach, Small Business Subcontracting, and Quality Assurance and Quality Control) are significantly more important than price, however, as proposals become more equal, price becomes more important and may be a determining factor for award. The point of contact for inquiries and clarifications is Paula Y. Miller, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, NW, 500-6, Washington, DC 20534. (Send Express Mail to 500 First Street, NW, remainder of address above). The point of contact can be reached at (202) 307-0954 and faxed at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted.
 
Place of Performance
Address: Pollock, Louisiana
Country: US
 
Record
SN00045639-W 20020322/020320213157 (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  © 1994-2020, Loren Data Corp.