Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

Y -- Design/Build Chapel, Fort Belvoir, Virginia

Notice Date
3/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-02-R-0034
 
Response Due
5/2/2002
 
Archive Date
6/1/2002
 
Point of Contact
Denise Mellinger, (410) 962-3471
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(denise.r.mellinger@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation is unrestricted. Estimated cost of construction is $1,000,000.00 to $5,000,000.00. The assigned NAICS is 234990 (SIC 1629) with a size standard of $28,000,000.00. Construction completion is 365 calendar days. Projects consists of desig ning and constructing a modified design Army chapel (600-seat capacity). Supporting facilities include utility connnections; electric service; exterior lighting; fire proteciton and alarm system; anti-terrorism/force protection measures and site improveme nts. Access for the handicapped will be provided. Heating and A/C will be provided by self-contained systems. Demolition of four WWII wood buildings will be accomplished under this project. The project will be advertised as a Request for Proposal (RFP) using Best Value procedures. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. This procurement will be conducted in accordance with FAR Part 15.3, Source Selection, using the ?Best Value Pr ocurement Process?. ?Best Value? will be determined using a ?Trade Off? process, comparing price, technical and other factors. The evaluation will consist of two Phases. The evaluation of Phase I will be of the offeror?s specialized Design/Build Experien ce of Chapels, Past Performance and Technical Qualifications, and Previous Experience of Offeror?s Design/Build Team. Under Phase I, up to 5 offerors will be selected. The evaluation in Phase II will be of the offeror?s bid for the Design/Build Project, Schedule for Design and Construction, Cost, and Risk to the Government. Other factors may be included. All responsible sources may submit a proposal for Step 1, which shall be considered by the agency. Large business firms that are selected to compete in Phase II are required to submit a subcontracting plan at the time for receipt of their proposals.. The subcontracting goals are 60% for small business, 15% for small disadvantaged business, 8% for women owned small business, 3% for Hubzone small busine sses and 3% for veteran-owned and 3% for service disabled veteran-owned small businesses. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network . To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvant aged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified S DB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. Solicitation for Phase I to be issued o/a 11 April 2002 with Phase I proposals due o/a 2 May 2002. This solicitation will not be issued in paper. Contractors requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/offerors mailing lists by going to website: https://ebs.nab.usace.ar my.mil. Contractors may view and/or download solicitation information from this internet site. Questions concerning this project can be e-mailed to Ms. Denise Mellinger at denise.r.mellinger@nab02.usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00050090-W 20020330/020328213707 (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.