Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
MODIFICATION

Z -- Add to and Alter Mission Support Center, Phases 1 and 2, McChord AFB, WA

Notice Date
4/19/2002
 
Notice Type
Modification
 
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-0220
 
Response Due
5/31/2002
 
Archive Date
6/30/2002
 
Point of Contact
Scott Britt, (206) 764-3517
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Military
(Scott.W.Britt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Point of Contact for this project is Mary E. Mitton, Contract Specialist - mary.e.mitton@usace.army.mil - (206) 764-6806. The U.S. Army Corps of Engineers, Seattle District, is seeking sources to design and construct additions and alterations to the Mission Support Center (Building 100) at McChord Air Force Base, Washington. This solicitation will be conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 36.3 entitled 'Two-Phase Design-Build Selection Procedures.' In Phase One of this procurement (Pre-qualification), a notice will be posted on Seattle District's web page. 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 to go on to Phase Two. The pre-qualification evaluation will be based on demonstrated experience, qualifications, past performance, and organizational approach. Phase Two will require the pre-qualified firms to submit technical and price proposals, which wi ll 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., ex tent of small business participation). The solicitation will include a narrative scope of work, concept drawings and specifications. Technical proposals may include a project management plan with proposed performance schedule, project phasing plan, team o rganization and project management procedures, as well as a technical narrative, drawings/sketches, catalog cuts, and other materials required to convey the following: a) quality of the proposed design, materials and construction methods, b) sustainable d esign features that promote environmental stewardship, development of a healthy, safe, and productive work environment, resource conservation and waste reduction, and use of recovered and recycled materials, and c) use of small and small disadvantaged busi nesses. An energy life cycle cost analysis will be required as part of the contractor's design analysis. Following contract award, the contractor will be required to complete and submit for Government approval the 35% design, 65% design, 95% design, and a corrected final design. Government review periods for each submittal are expected to consume at least 3 weeks and will involve widely dispersed design review offices. Construction notice to proceed will be issued upon Government approval of the contrac tor's corrected final design submittal. Work includes the addition to, and modification of, the Mission Support Center, Building 100, which is utilized to consolidate Wing and Group Headquarters and community support functions. Proposed construction incl udes all architectural, structural, civil, mechanical, plumbing, fire protection, electrical and communications work necessary to provide an adequate facility. Work includes, but is not limited to, demolition of non-structural interior building components , installation of fire suppression and detection systems, seismic upgrade, interior design, historical preservation, provision for disabled persons, and force protection measures. Pre-wired modular workstations and all communications and data lines are al so required. Phase-1 work includes approximately 650 square meters of additions, and 11,750 square meters of renovated area. Phase-2 work (optional) includes approximately 11,270 square meters of additional alteration of the Mission Support Center, Build ing 100. All work tasks shall be completed in accordance with the solicitation plans and specifications. The pre-qualification notice and the solicitation will each be issued as an Electronic Bid Set (EBS). The notice stating pre-qualification submittal requirem ents will be available for download on or about 6 May 2002, with submittals due on or about 31 May 2002. The pre-qualified firms will be notified on or about 14 June 2002. The solicitation will be available to download on or about 28 June 2002 at: http://www.nws.usace.army.mil/ct, with technical and price proposals being due on or about 13 August 2002. A pre-proposal conference and site visit will be h eld on or about 9 July 2002. Award is expected to be made no later than 30 September 2002. No CDs or hard copies will be available. You may register at the web site as a Prime, Sub or Plans Room. The registration is only so primes and subs can check th e list and contact each other; not for the purpose of mailing any CDs or hard copies of the solicitation. Estimated dollar value for design and construction of this project is in the range of $25 million to $50 million and the completion period is 480 cal endar days of receipt by the contractor of notice to proceed (to be extended if optional work is awarded). The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS co de for this project is 23332, which is matched to SIC Code 1542. Project is open to both large and small business. If you are a large business and your proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for s mall, 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 $28.5 million. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
 
Place of Performance
Address: US Army Engineer District, Seattle - Military ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00063169-W 20020421/020419213327 (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.