Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2003 FBO #0491
SOLICITATION NOTICE

Y -- REPLACE FAMILY HOUSING, PHASE 3, ELLSWORTH AFB, SOUTH DAKOTA

Notice Date
4/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA4503-R-0014
 
Archive Date
8/3/2003
 
Point of Contact
Melvin Vogt, 402-221-4298
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Mel.E.Vogt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA PROJECT INFORMATION Solicitation No. DACA45 03 R 0014 REPLACE FAMILY HOUSING, PHASE 3, ELLSWORTH AFB, SOUTH DAKOTA On or about 29 April 2003, this office will issue a Request for Proposal for an Indefinite-Delivery Type (IDT) contract for design-build services to REPLACE FAMILY HOUSING, PHASE 3, ELLSWORTH AFB, SOUTH DAKOTA. This solicitation is advertised in accordan ce with FAR 36.3, Two Phase Design Build Selection Procedures. There will be Phase I (pre-qualification) and Phase II (submission of technical and price proposals). Phase I proposals will be received on or about 4 June 2003. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO LARGE AND SMALL BUSINESS PARTICIPATION. The NAICS Code applicable to this solicitation is 233210 (SIC 1531) with a size standard of $28.5 Million. Site Visit A site visit and Pre-Proposal conference will be held at Ellsworth AFB on 8 July 2003 from 9:00 a.m. until noon. Assembly will take place in the Officer?s Club. The conference will begin at 9:00 a.m. addressing project questions and discussion and last u ntil 11:00 a.m. The site visit is scheduled from 11:00 a.m. until noon. For information on base access and scheduling your Pre-Proposal visit, contact the following: Ellsworth AFB Resident Engineer, U.S. Army Corps of Engineers, 2149 Scott Drive, Ellsworth AFB, SD 57706, Telephone: (605) 923 2983. FAX (605) 923 2558 Overview of the Ellsworth Family Housing Contract The Government intends to award an Indefinite-Delivery Type (IDT) contract to the successful Offeror to supply design and construction for family housing units at Ellsworth AFB for a base period of five (5) years with an option to extend the contract for a nother five (5) year period. The estimated overall value of the contract is not to exceed $100 million. It is anticipated that task orders will be awarded annually in the range of $15-$20 million, which will typically include 50-100 units for demolition and replacement and the potential for renovating some existing units. Proposal Evaluation of Phase I Proposals will be submitted for Phase I and evaluated based on the criteria set forth in Phase I submission requirements. Offeror?s submitting the required information will be subject to the evaluation factors specified in RFP section PROPOSAL SUBMISSION AND EVALUATION. An adjectival method of evaluation will be used to evaluate the factors in Phase I. Offeror?s submitting Phase I requirements will be required to put forth pre-qualification data (e.g., past experience (design and construction), past perf ormance (design and construction), program management, key personnel) for selection of the most highly qualified firms. After evaluation of Phase I is completed, selected firms from Phase I will be instructed to proceed to Phase II requirements of the RFP . Proposal Evaluation of Phase II Firms participating in the Phase II will submit technical requirements in accordance with section PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on the best value approach considering technical elements for evaluation (e.g., concep t design, project management, utilization of small business concerns) and price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be comparatively evaluated for reasonableness. Task Order No. 1 (Approx. quantities) The FY04, Task Order No. 1 work consists of the demolition of 80 existing units (40 duplexes) and replacing with 75 new family housing units (37 duplexes, of which 38 are three bedroom units and 36 are four bedroom units, with 1 single four bedroom unit be ing built) in an existing housing development at Ellsworth AFB, SD. New units include 8, 3-Bedroom Junior Enlisted (JENL); 25, 4-Bedroom JENL; 30, 3-Bedroom Senior Non-Commissioned Officer (SNCO); and 12, 4-Bedroom SNCO housing units. This work includes utility upgrades, roads, playgrounds, landscaping, etc. All units will require double -car garages, central air conditioning, refrigerators, garbage disposals, dishwashers, water heaters, range/ovens, automatic garage door openers, carbon monoxide detectors and smoke detectors. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2003: (a) Small Business: 57.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.9% of planned subcontracting dollars*. (c) Women Owned Small Business: 8.1% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 3.0% of planned subcontracting dollars*. (e) Hubzones: 3.0% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. Pertains to Phase II Proposals The selected Offeror will be required to commence work 10 days after notice to proceed is given on Task Order No. 1 and complete the work within the Offeror?s proposed schedule for the Task Order. Offeror?s Schedule includes all design, design reviews, an d construction completion. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed har d copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/ To register on the Omaha District website, go to the ?Solicitation Registration? section of the synopsis and click on the lin k for ?Registering?. If any of the registration information changes during the advertisement period, you are required to make the necessary changes/adjustments through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering or contractual issues of the solicitation should be made to: 402 221 4298. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402) 221 -3985 or Specification Section at: (402) 221 4413.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00294898-W 20030405/030403213804 (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.