Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOLICITATION NOTICE

Y -- Expansion of the National Defense University, Fort McNair, Washington, DC

Notice Date
4/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-03-R-0030
 
Archive Date
7/27/2003
 
Point of Contact
Theresa Quick, (410)962-2708
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(theresa.s.quick@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This proposed procurement is Unrestricted. SIC is 1542 and the NAICS is 236220. The solicitation for the Expansion of the National Defense University located at Fort McNair in Washington, DC is being advertised as a Two Step Request for Proposal (RFP). This work under this project is required in order to provide an adequate academic facility to accommodate the consolidation of various functional elements of NDU. This RFP requires separate technical, design and price proposals, which are to be submitted in separate phases, and are to be evaluated on a Best Value basis for award of the project. The project description and overall performance requirements for this requirement will be included in the solicitation package. The design and construction criteria for this project will be included in Phase II of this solicitation, which will be furnishe d by an amendment. The evaluation of the proposals will consist of two (2) Phases. In Phase I of the solicitation process, offerors are to submit a technical qualification proposal only, without extensive design information and without a price proposal. The full Quality/Technical Proposal (technical-design and performance capability) will be required in Phase II, after the initial short list of the most highly qualified firms has been established. The ?short list? will be limited to a maximum of five (5 ) offerors. During Phase I, the Government will only evaluate the relative capabilities, and past performance of the competing firms. Offerors should submit technical qualification proposals that are acceptable without any need for additional explanation of information. The Government may make a final determination regarding a technical proposal?s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second phase without requesting further information from a ny offeror, however the Government may request additional information from offerors of proposals that are considered reasonably susceptible of being made acceptable and may discuss proposals with the offerors. A ?Notice of Unacceptability? will be forward to offerors upon completion of the Phase I evaluation whose technical proposals were determined to be unacceptable. In Phase II, only those offerors who are short-listed will be allowed to design and price proposals. The evaluation in Phase II will be of the offeror?s design and price proposal. All responsible sources may submit a proposal, which shall be considered by the agency. Large business firms that are selected to continue onto Phase II are required to submit a subcontracting plan at the time for receipt of their price proposals. The fo llowing subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted. 60% of the subcontracted dollar value shall be for small businesses, of that 60%, 20% shall be for Small Disadvantaged Businesses (SDB), 10% shall be for Women Owned Small Businesses (WOSB), 3% shall be for HUB Zone Small Businesses (HUBZ), 3% shall be for Veteran Owned Small Businesses (VOSB) and 3% shall be for Service Disabled Veteran Owned Small Businesses (SDVOSB). In order to comply with the D ebt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub and Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedec navigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administ ration Office to o btain Small Disadvantaged Business Certification. Without SBA SDB certification a prime contractor, nor a federal agency, can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The Phase I potion of this solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The Phase I portion of this solicitation will not be issued in paper. Contractor?s requests for solicitations will be performed through ASFI. Contractors may register to b e placed on the bidders mailing lists by going to the Baltimore District?s Electronic Bid Set (EBS) web page: https://ebs.nab.usace.army.mil. Contractors can view, print and download all solicitation information, including Bidders Mailing Lists from this Internet site. Plan and Specifications will be released on CD-ROM to those offerors who qualify from the Phase I submittals. The CD-ROM will include the design criteria, technical specifications and drawings. Questions concerning this project can be ema iled to Contract Specialist, Ms. Terri Quick at theresa.s.quick@nab02.usace.army.mil. Solicitation for Phase I to be issued on or about 24 April 2003 and Phase I of the proposal submittals due on or about 28 May 2003.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00304206-W 20030417/030415213621 (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.