Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
SOLICITATION NOTICE

Y -- 16th MP Barracks Complex - Fort Bragg, North Carolina

Notice Date
8/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-02-R-0047
 
Response Due
10/7/2002
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Description of work: This solicitation is for the design, permitting, site preparation and construction of a four story barracks building (343 spaces) to include soldier community functions with approximately 130,130 S.F., four large two story company ope rations facilities with approximately 11,777 S.F. each, two medium two story company operations facilities with approximately 9,843 S.F. each, one small two story company operations facility with approximately 8,056 S.F., a large two story battalion headqu arters with classrooms with approximately 18,137 S.F., a single story brigade headquarters with approximately 10,473 S.F., and a two story military police station with approximately 35,026 S.F.. Building systems to be provided include fire alarm systems, automatic building sprinklers, intrusion detection systems, energy monitoring and control systems (EMCS), and force protection systems. Supporting facilities include electric service, water, sewer, and gas service; paving, walks, curbs and gutters; storm drainage; erosion control measures; information systems; and site improvements to include picnic tables, benches, bike racks, fencing and gates, and landscaping. Physical security measures will be incorporated into the design, including maximum feasible standoff distance from roads, parking areas, and vehicle unloading areas. This project will also require asbestos removal and lead base paint remediation as part of the demolition of two existing buildings on this site. Comprehensive interior design serv ices and a scale model are required. This project will be procured using the two-phase design-build selection procedures set forth in FAR 36.3. In phase one, offerors will receive a request for proposal letter including the project description, submittal requirements, and evaluation factors for both phases. The evaluation factors for phase one will be past performance, technical approach, relevant experience and sustainable design specialized experience. No more than five offerors will be invited to par ticipate in phase two. The Government anticipates that the phase two documents will be issued on or about October 21, 2002. Award will be made to that offeror whose proposal contains the combination of those criteria offering the best overall value to the Government. This will be determined by comparing differences in the value of technical and management features with differences in cost to the Government. In making this comparison, the Government is concerned with striking the most advantageous balance between technical features and cost to the Government. As technical scores and relative advantages and disadvantages become less distinct, differences in price between proposals are of increased importance in determining the most advantageous proposal. C onversely, as differences in price become less distinct, differences in scoring and relative advantages and disadvantages between proposals are of increased importance to the determination. The Government reserves the right to accept other than the lowest priced offer. The right is also reserved to reject any and all offers. The basis of award will be a conforming offer; the price or cost of which may or may not be the lowest. Offerors are reminded to include their best technical and price terms in thei r initial proposal and not to automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within t he best interests of the Government. The Military Police Station building will be an option. Estimated cost range of project is from $40,000,000.00 to $60,000,000.00. Network Analysis System will be required. This solicitation is issued on an unrestrict ed basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656). This solicitation will be issued only on the Internet at ht tps://ebs.sas.usace.army.mil and will be available on or about September 5, 2002 and Phase two will be available on or about October 31, 2002. Notification of amendments will be through use of the Internet. It is the contractor?s responsibility to check the Internet address provided above as necessary for any posted changes to this solicitation and all amendments. The design documents provided by the Government with this RFP will be approximately 20% complete. For additional information or assistance, p lease contact Linda Elliott, Contract Specialist, 912-652-5076.
 
Record
SN00146916-W 20020823/020821213815 (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.