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 -- Renovate Bryant Hall - Fort Bragg, North Carolina

Notice Date
10/31/2002
 
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-0009
 
Archive Date
3/14/2003
 
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 must view and/or download this solicitation and all amendments from t he internet after solicitation issuance. Paper copies of this solicitation will not be available. Description of work: Renovate Bryant Hall, Fort Bragg, North Carolina, a six-story structure with a basement. The facility will be demolished to the struc tural system, and the interior space will be reconfigured to provide general-purpose administrative space. Supporting facilities include curbs and gutters, storm drainage, security fencing, utilities, parking lot and other site work. This project shall b e designed by registered architects and engineers employed by or subcontracted by the successful contractor. This project will be procured using the two-phase design-build selection procedures set forth in FAR 36.3. Factors and subfactors will be conside red in evaluating proposals at Phase One and Phase Two. In Phase One, Past Performance is more important than Relevant Specialized Experience and significantly more important than Technical Approach and Sustainable Design Experience. Relevant Specialized Experience is significantly more important than Technical Approach Narrative and Sustainable Design Experience. Technical Approach Narrative is equal in importance to Sustainable Design. In Phase Two, Offeror Schedule is equal in importance to Building Systems and Building Function and Aesthetics; more important than Site Design; and significantly more important than Sustainable Design Considerations and Management Plan. Building Systems is equal in importance to Building Function and Aesthetics; is mor e important than Site Design; and significantly more important Sustainable Design Considerations and Offeror Management Plan. Building Function and Aesthetics is more important than Site Design and significantly more important than Sustainable Design Cons iderations and Offeror Management Plan. Site Design is significantly more important than Sustainable Design Considerations and Offeror Management Plan. Sustainable Design Considerations is equal in importance to Offeror Management Plan. In Phase Two, price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if necessary) and in making the final best value determination for award. The importance of price in making the final award decision will increase a s technical ratings and relative advantages and disadvantages become less distinct. Conversely, as differences in price become less distinct, differences in scoring and relative advantages and disadvantages between proposals are of increased importance to the determination. No more than five offerors will be invited to participate in Phase Two. The Government anticipates that the Phase One documents will be issued on or about November 14, 2002 and Phase Two documents will be issued on or about January 13 , 2003. Options include Eliminating Building Phasing (Building Unoccupied), Parking Lot Addition/Revision and Building Furniture with Installation of Government purchased Comprehensive Interior Design items. Award will be made to that offeror whose propo sal contains the combination of those criteria offering the best overall value to the Government. The Government will award a firm-fixed price contract to that responsible Offeror whose submittal and price proposal contain the combination of those criteri a described in the solicitation offering the best overall value to the Government. The Government reserves the right to accept other than the lowest priced offer. The right is also reserved to reject any and all offers. 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 to 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 Government. Estimated cost range of project is from $10,000,000.00 to $25,000,000.00. Netw ork Analysis System will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656). Notification of amendments will be through use of the Internet. No addit ional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor?s responsibility to check the Internet address, (http://ebs.sas.usace.army.mil/) as necessary for any posted changes to this solicitation and all amendments. For addit ional information or assistance, please contact Elliott Williamson, Contract Specialist, 912-652-5709.
 
Record
SN00197223-W 20021102/021101074023 (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.