Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2003 FBO #0427
SOLICITATION NOTICE

Y -- SOF Weapons Training Facility - Fort Bragg, North Carolina

Notice Date
1/31/2003
 
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-0024
 
Archive Date
6/9/2003
 
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/. Offerors may view and/or download this solicitation and all amendments from the In ternet after solicitation issuance. Description of work: Construct a 73,000 SF Weapons Maintenance and Training Facility and a 3,000 SF detached Weapons Inspections Building. This project, to replace an outdated facility, is a new multi-functional Weapon s Maintenance and Training Facility consisting of an armament and weapons training center. The armament center includes weapons issue/turn-in/cleaning shop, organizational shop, light weapons shop, heavy weapons shop, weapons parts/supply room, optical sh op, chemical refinishing shop, Secure Weapons Vault housing category II, III & IV weapons, dock and remote receiving/access control area (Weapons Inspections Building), air defense artillery and anti-tank(ADA/AT) Soviet simulator system; storage, maintenan ce and roof top deck, platform for ADA/AT trajectory tracking, and indoor test firing range. The weapons training center includes classrooms; instructional preparation space for instructor offices, and support spaces. Antiterrorism force protection measu res inside the five-foot building line will include laminated glass, intrusion detection systems, closed circuit television, personnel entry control point, and special construction systems. There are no options under consideration at this time, however the need for options will be reevaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued. The contract will be solicited and procured using the two-phase design- build selection procedures set forth in FAR 36.32. Factors and sub factors will be considered in evaluating proposals at Phase One and Phase Two. 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 14 February 2003 and that Phase Two documents will be issued on about 10 April 2003. 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. Factors to be evaluated are listed below. Price is equal to Technical when all technical factors are combined. Phase One Factors: Factor 1-1 ? Offeror Past Performance on Recent Relevant Projects Information; Factor 1-2 ? Recent Relevant Specialized Experience; Factor 1-3 ? Technical Approach Narrative; Factor 1-4 ? Offeror Sustainable Design Experience; Phase Two Factors: Factor 2-1- Building Function and Aesthetics; Factor 2-2 ? Building Systems; Factor 2-3 ? Site Design; Factor 2-4 ? Site Engineering; Factor 2-5 - Sustainable Design Considerations; Factor 2-6 ? Offeror Management Plans and Schedules. Award will be made to that offeror whose proposal 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 criteria 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. Offer ors 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 awar d of a conforming proposal without discussions, if deemed to be within the best interests of the Government. Estimated cost range of project is over $10,000,00 0.00. Network 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 additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor?s responsibility to check the Internet address provided above as necessary for the posting of this solicitation and all amendments. For additional informati on or assistance, please contact Rosetta Brightwell, Contract Specialist, (912) 652-5903 or via e-mail rosetta.j.brightwell@sas02.usace.army.mil.
 
Record
SN00250568-W 20030202/030131213615 (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.