Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

Y -- Operations and Training Facility, Humpreys Engineering Center, Virginia

Notice Date
5/6/2002
 
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-0039
 
Response Due
6/19/2002
 
Archive Date
7/19/2002
 
Point of Contact
Theresa Dockery, (410)962-2708
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(theresa.s.dockery@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This proposed procurement is Unrestricted. SIC is 1542 and the NAICS is 233320. Operations & Training Facility at Humpreys Engineering Center in Virginia will be advertised as a Two Step Request for Proposal (RFP). The total estimated cost of constructi on is between $25,000,000.00 and $100,000,000.00. Work consists of the construction of an approximate 130,000 SF multi-purpose, sensitive compartment information facility (SCIF) and certified operations building. The building will be both two & one story steel framed structure. The structure includes SCIF and non SCIF administrative areas, specialized storage areas, warehouse, physical fitness training area, electronics maintenance shop, loading dock, security & intrusion detection system, uninterruptabl e power supply & back-up generators and heating and air-conditioning. Supporting facilities includes parking, security systems, fencing, information systems, and site improvements. Pre-consolidation (with wicks) of site and deep foundations will be speci fied. Demolition of two existing buildings (105,450 SF) will be included in this project and will be accomplished after the new structure is occupied. This advertisement is a request for proposal that requires separate technical and price proposals, whic h are to be submitted in separate phases, and are to be evaluated on a Best Value basis for award of the project. The evaluation will consist of two (2) Phases. Competitive proposals submitted in Phase I will be evaluated based on the technical evaluation criteria set forth in the solicitation package. The technical proposals shall not include prices or pricing information. Offerors should submit technical proposals that are acceptable without additional explanation of information. The Government may mak e a final determination regarding a technical proposal?s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second phase without requesting further information from any offeror, however the Government may r equest additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their offerors. A ?Notice of Unacceptability? will be forward to offerors upon completion of the Phas e I evaluation whose technical proposals were determined to be unacceptable. In Phase II, only those offerors whose proposals are determined to be acceptable will be allowed to submit price proposals. The evaluation in Phase II will be of the offeror?s pr ice proposal. The price proposal must be based on the offeror?s own technical proposal. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms that are selected to continue onto Phase II are required to submit a subcontracting plan at the time for receipt of their price proposals. The following subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted. 60% of the subcontracted dollar value shall be for small businesses, of that 60%, 15% shall be for small disadvantaged businesses, 8% shall be for women owned small businesses, 3% shall be for HUB Zone small businesses, 3% shall be for veteran owned small businesses and 3% shall be for Service Disabled Veteran o wned 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. The initial registration date ex pired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub and Password: pub2ccri); (3) through any DoD Certified Value Added Network. To r eview the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Com merce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged 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 SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. This solicitation will not be issued in paper. Contractor?s requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders mailing lists by going to the Baltimore District?s Electronic Bid Set (EBS) web page: https://ebs.nab.usace.arm y.mil. Contractors can view, print and download all solicitation information, including Bidders Mailing Lists from this Internet site. An organized preproposal conference is scheduled for 23 May 2002 at 9:30 a.m. and will be held at the Humprey?s Enginee ring Center in Virginia. Due to security reasons at the project area, contractors who plan to attend this preproposal MUST provide on company letterhead full names, social security numbers and telephone numbers of prospective attendees to CENAB-CT-C, ATTN : Terri Dockery via fax at (410)962-2776 prior to 21 May 2002 - NO EXCEPTIONS. Once the personal information has been provided and details of the preproposal are finalized, information regarding where contractors are to met will be provided to all contrac tors who have submitted the required information. Due to the time it takes to verify proper documentation for foreign nationals, foreign nationals will not be allowed to attend this preproposal conference due to security restrictions. Plan and Specificat ions will be released on CD-ROM to those contractors that qualify from the Phase I submittals. The CD-ROM will include the technical specifications and drawings. Questions concerning this project can be emailed to Contract Specialist, Ms. Terri Dockery a t theresa.s.dockery@nab02.usace.army.mil. Solicitation to be issued on or about 20 May 2002 and Phase I of the proposal submittals due on or about 19 June 2002.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00072240-W 20020508/020506213344 (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.