Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2002 FBO #0186
SOLICITATION NOTICE

Y -- Design/Build of a new Composite Medical Facility at Thule Air Base, Greenland

Notice Date
6/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
DACA51-02-R-0016
 
Response Due
8/12/2002
 
Archive Date
9/11/2002
 
Point of Contact
Edward Lew, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U. S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP)'s in seeking to award one firm-fixed price contract for the design/build of a new Composite Medical Facility at Thule Air Base, Greenland, to replace an old , inefficient and outdated existing facility. The design-build process is the procurement of a facility utilizing a Request of Proposal (RFP) to solicit both the design and construction of the facility by a single contractual instrument. This procurement shall be open to Offerors in the United States and/or Denmark only. The process for this award shall be in accordance with FAR Subpart 15.1 - Source Selection Processes and Techniques, utilizing the Tradeoff Process, pursuant to FAR 15.101-1. When using a tradeoff process, the following apply: (1) All evaluation factors and significant subfactors that will affect contract award and their relative importance shall be clearly stated in the solicitation; and (2) The solicitation shall state whether all evalua tion factors other than cost or price, when combined, are significantly more important than, approximately equal to, or significantly less important than cost or price. This solicitation is not a competitive open bid and there will not be a formal public b id opening. The U. S. Government reserves the right to limit the competitive range to up to five of the highest rated technical proposals. Initial proposals should contain the Offeror?s best concept and innovative approach from a technical and pricing vie wpoint. Although the Government has determined architectural and site solutions, offerors must meet these and all other solicitation requirements. The Government has left the final solution for the foundations, structural, electrical, telecommunications and mechanical systems to the designer. The Government is seeking any innovative ideas to achieve the design-build objectives within the limits of the solicitation. The offerors may use construction techniques, methods, or systems, which they feel, are the best approach for designing and building the facility. Evaluation factors for this effort shall include: Factor 1 - Specialized Experience on similar type efforts; Factor 2 - Contractor Past Performance; Factor 3 ? Management Plan; Factor 4 - Design Narr ative/Technical Solutions meeting RFP Requirements. The proposals will be evaluated upon the analysis of the technical qualifications and Price. The evaluation process essentially consists of four parts: proposal compliance review, technical/quality evalu ation, final proposal revision (if necessary), and price evaluation. To be considered acceptable, Offerors shall specifically address each of the evaluation factors set forth in the solicitation. Sufficient detail should be provided citing specific data as may be required, such that the proposal may be adequately evaluated. The proposal must clearly show that the Offeror has an understanding of the work required and has the capability to accomplish the project in accordance with the project schedule. An in formal site visit will be accommodated approximately two weeks after the release date of the solicitation. PLEASE NOTE: ALL PROSPECTIVE OFFERORS WILL BE SUBJECTED TO BACKGROUND CHECKS BY THE U.S. GOV'T. IN ORDER TO OBTAIN MILITARY THEATRE SECURITY CLEARAN CE FOR THE SITE VISIT AND/OR CONTRACT AWARD AT THULE AIR BASE. Estimated construction value is between $5,000,000.00 and $10,000,000.00. Scope of Work: Contractor will be required to design and construct a new pre-engineered medical treatment facility (a pproximately 1700 SM) at Thule Air Base, which is located in a remote arctic environment. All building systems and utilities need to be suitable to operate in a remote, arctic environment. General Conditions at Thule Air Base are: 1. Limited construction season - in general exterior construction is limited to about mid-May through mid-September; 2. The region is glaciated and the existing soil is generally perma frost, which exists from 1 to 6 feet below the surface and to a measured depth of 1,600 feet; 3. Average winter temperature is 20-30 degrees F below zero while average summer temperature is 40-50 degrees F above zero; 4. One annual military cargo sealift d eparts from Norfolk, Virginia to Thule AB, approximately 1 July. There are two sealifts that go from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only on an emergency-need basis. The facility shall include an emergency nursing unit, surgery suite, pharmacy, laboratory, outpatient facilities, administrative area, and heated parking area for one ambulance. All associated support facilities to be provided. Thi s project will be designed within the criteria prescribed in MIL-HDBK-1191, the Uniform Federal Accessibility Standards / Americans with Disabilities Act Accessibility Guidelines and all other applicable codes for arctic conditions. Project includes provi ding all operations and maintenance manuals, any necessary training and a Comprehensive Interior Design (CID) package for review by the Installation. Construction completion date is expected by December 2004 from issuance of Notice to Proceed. Plans and S pecifications will be available on or about 22 Jun 2002. Proposal submission due date shall be on 12 Aug 02 1700 hours local time. Plans and Specifications may be examined at the following location(s): 26 Federal Plaza, Room 1831, New York, N.Y. 10278-009 0. The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, specification files and drawings at no charge at http://nan.usace.army.mil (Contracting). Minimum System Requirements are 486-based personal computer, Mic rosoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to the website and prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. Utilization of the internet is the preferred method, however, CD's will be available upon written request stating the solicitation number, or project name, complete company name and street address (we will not deliver to P.O. boxes), telephone and facsimile number (in cluding area codes). Make check or money order payable in the amount of $10.00 to FAO, USAED, NY. Registration Requirements (APPLICABLE TO U.S. FIRMS ONLY): DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Pros pective contractors must be registered in the Department of Defense CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://ccr2000.com. Prospective Danish Offerors need not be registered in the CCR Database pursuant to DFARS Subpart 204.7302(b). Direct contracting questions to the Contract Specialist, Ed Lew, by telephone at (212) 264-7740, or by facsimile at (212) 264-3013, or via e-mail, and technical questions to Mr. Perry Pang, by telephone at (212) 264-9095, or by facsimile (212) 264-6494. Interested Danish Offerors in Denmark may contact Ren?e Carelli, Co ntract Specialist, Detachment 1, 21 Contracting Sq. (DET 1), c/o American Embassy in Copenhagen, Ren?e C.:(45) 35 55 31 44 ext. #468, DET 1 (45) 35 55 31 44 ext. #455/#456, Fax: (45) 35 26 51 08, renee.carelli@det1.dk www.det1.dk. See Note(s) 9, 12, 24, and 25.
 
Place of Performance
Address: COMPOSITE MEDICAL FACILITY THULE AIR BASE THULE GL
Zip Code: XXXXX
Country: DK
 
Record
SN00087726-W 20020606/020604213912 (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.