Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2002 FBO #0335
SOLICITATION NOTICE

Y -- Barracks Complex - Fort Benning, Georgia

Notice Date
11/1/2002
 
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
DACA21-03-R-0016
 
Archive Date
2/14/2003
 
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 NOTE: Any prospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/ Contractors may view and/or download this solicitation and all amendments from the internet after solicitation issuance. Paper copies of this solicitation will not be available. Description of Work: This solicitation is for the design, permitting, site preparation and construction of an Unaccompanied Enlisted Personnel Housing barra cks with support spaces for 492 soldiers, one Company Operations Facility, and one Battalion Headquarters with Classrooms building. This project includes all structural, electrical, mechanical, fire protection, and information systems, intrusion detection system and Anti-Terrorism/Force Protection (AT/FP) measures. AT/FP measures include exterior security lighting, bollards, laminated glass windows, and standard setback distances from parking areas, roads, and facilities. Provisions for the handicapped will be incorporated into the design of this project. Comprehensive interior furnishings and equipment design services are requested for the barracks, administration and operations areas. Supporting facilities include water, electrical, street lighting, inform ation systems, fire protection and alarm systems, water, sanitary and storm sewer systems, access roads, parking, sidewalks, curbs & gutters, paving, fencing, signage, outdoor recreational facilities, landscaping, site improvements, and AT/FP measures. Dem olition of existing roads in the site footprint will be accomplished as part of this project. This project shall be designed by registered architects and engineers employed by or subcontracted by the successful contractor. This project will be procured u sing the two-phase design-build selection procedures set forth in FAR 36.3. In Phase I, 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. Phase II evaluation factors (in descending order of importance) will be: Building Function & Aesthetics, Phase I evalua tion, Sustainable Design, Building Systems, Site Design, and Management Plans and Schedules. No more than five offerors will be invited to participate in Phase II. The Government anticipates that the Phase II documents will be issued on or about 01 Feb 0 3. 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 diffe rences 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. Conversely, as differences in price become less distinct, differences in scoring and relative advantages and disadvantages bet ween 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 pri ce or cost of which may or may not be the lowest. Offerors are reminded to include their best technical and price terms in their initial proposal and not to automatically assume that they will have an opportunity to participate in discussions or be asked t o submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Governmen t. Proposals shall include sufficient detailed information to allow a complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. There are no options under consideration at this time, however the need for options will be re-evaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued. Th e estimated cost of the project is between $25,000,000.00 to $100,000,000.00. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. This solicitation w ill be issued on or about November 15, 2002 only on the internet at http://ebs.sas.usace.army.mil/ Notification of amendments will be through use of the Internet. No media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor?s res ponsibility to check the Internet address provided below 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 informa tion or assistance, please contact Lynne Roahrig, Contract Specialist, 912-652-5293.
 
Record
SN00196800-W 20021102/021101073533 (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.