Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2002 FBO #0222
SOLICITATION NOTICE

Y -- ASSEMBLY BUILDING, FT WAINWRIGHT, ALASKA

Notice Date
3/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 898, Anchorage, AK 99506-0898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-02-R-0010
 
Response Due
4/9/2002
 
Point of Contact
Pacita Cayas, 907/753-2553
 
E-Mail Address
US Army Corp of Engineers - Alaska - Military Works
(pacita.f.cayas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NOTE:IT HAS BEEN DETERMINED THAT COMPETION WILL BE LIMITED TO 8(a) FIRMS SERVICED BY THE SBA ALASKA DISTRICT OFFICE OF 8(a) FIRMS WITH BONA FIDE BRANCH OFFICES IN THE ALASKA DISTRICT OFFICE AREA WHICH HAVE NAICS CODE 236220 IN THEIR 8(a) BUSINESS DEVELOPME NT PLAN. ALL OTHER FIRMS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. COMPETITION WIL NOT BE RESTRICTED BY STAGE OF 8(a) PROGRAM PARTICIPATION.***** Design and construct an Assembly Building at Fort Wainwright, Alaska. The facility will be approximately 1160 square meters and shall include a general purpose auditorium that will accommodate approximately 750 personnel with space for movable seating, a moveable stage, entry vestibule, restrooms, utility rooms, and storage rooms. The mechanical portion of the Assembly Building will consist of a Direct Digital Control (DDC) heating, ventilation, and air conditioning system, a plumbing system, and a fire p rotection sprinkler system. The heating source shall utilize the base steam distribution lines. Electrical Work will include lighting, power, and telephone/data systems both inside and outside the facility, as well as fire alarm and detection system, and light and sound systems. Site improvements will consist of 200 POV parking spaces, access road, utilities (water, sewer, steam and condensate lines) and a branch utilidor. The building shall meet anti-terrorism/force protection measures. Proposal Evaluation: This will be a two-phase design-build selection process. Phase I solicitation period will be on or about 03/11/02 through 04/10/02 and will consist of soliciting and receiving Statements of Qualifications that include factors: (A) Experience of: Construction Contractor, Design Contractor, Construction and Design Team; (B) Past Performance of: Construction Contractor, Design Subcontractor, and Construction and Design Team; and (C) Understanding the Requirements (Design Approach and Organization) Factors (A), (B), and (C) shall have approximately equal importance. A maximum of 3 Offerors, determined most qualified based on the Phase I evaluation criteria, will receive a detailed Request for Proposal by modification to the solicitation and have app roximately 45 days to submit detailed technical and cost/price proposals. Phase II solicitation period will be on or about 05/10/02 through 06/25/02 and the evaluation criteria will consist of factors: (A) Technical /Design Solution, (B) Key Personnel (C) Price Importance of these items varies: Factor (A) Technical/Design Solution is significantly more important than (B) Key Personnel. The Phase II “non-price” factors are approximately equal to price. Other: This solicitation is restricted to 8(a) contractors under authority of Federal Acquisition Regulation 19.805-1. Proposed 2002-NAICS code for this project is 236220, Commercial and Institutional Building Construction, 1997-NAICS code 233320, and the 1987- SIC code1542 General Contractors - Nonresidential Buildings, Other Than Industrial Buildings and Warehouses. For the purpose of this acquisition, a concern is considered small business if its annual average gross revenue, taken for the last 3 fiscal years , does not exceed $27.5 million. The proposed acquisition will result in a fixed-price contract. The estimated design and construction cost for this project is between $1,000,000 and $5,000,000.00 Contractor’s Quality Control will be a requirement in this contract. Prospective proposers, subcontractors, and Dodge/Plan Room are required to self-register their firm or office on the Internet to receive one CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. All notifications of changes to this solicitation shall be made through the Internet only, and it is the responsibility of the contractors to check for any posted changes to th is solicitation. Amendments to the solicitation will be issued by fax, CD-ROM, or paper. Plans and specifications will be issued on CD-ROM only and provided free of charge. Plans and specifications will not be provided in a printed-paper format; however , the Government reserves the right to revert to paper medium when it is determined to be in the Government’s best interest. All proposal forms, bonds, and other normal document required for the proposal submittal, including amendments to the proposal sub mittal, shall be in paper medium. Electronic medium for the proposal submittal documents will not be allowed. All responsible sources may submit a proposal in the format and on the forms in the solicitation that shall be considered. In order to comply w ith the Debt Collection Improvement Act of 1996, Contractors must be registered with the Central Contractor Registration (CCR) in order to receive a Government Contract award. CCR registration can be accomplished via the Internet at http://www.ccr.gov/. THIS SOLICITATION UTILIZES ELECTRONIC BID SETS (EBS) AND PROVIDED ON COMPACT DISKS-READ ONLY (CD-ROM) AT NO CHARGE: http://ebs.poa.usace.army.mil RANGE: $1,000,000 - $5,000,000 NAICS CODE:2336220 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-MAR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA85/DACA85-02-R-0010/listing.html)
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Military Works CEPOA-CT, P. O. Box 898, Anchorage AK
Zip Code: 99506-0898
Country: US
 
Record
SN00113803-F 20020712/020710215121 (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.