Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
SOLICITATION NOTICE

Y -- DESIGN BUILD INDEFINITE DELIVERY CONTRACT (IDC) FOR THE DESIGN AND CONSTRUCTION OF FAMILY HOUSING UNITS AT DAVIS-MONTHAN AIR FORCE BASE, ARIZONA

Notice Date
6/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles - Military, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
DACA09-03-R-0008
 
Response Due
7/17/2003
 
Archive Date
9/15/2003
 
Point of Contact
Tina Frazier, (213)452-3252
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles - Military
(tfrazier@spl.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U.S. Army Corps of Engineers, Los Angeles District, is soliciting for a Design-Build Indefinite-Delivery Contract (IDC) to Design and Construct Family Housing at Davis-Monthan. The solicitation is advertised in accordance with FAR 36.3 entitled Two Ph ase Design Build Selection Procedures. There will be a Phase I evaluation to establish a competitive range. The evaluation in Phase I will be of the offeror's Technical/Design Proposal and the firm's bonding capabilities. The technical and management e valuation factors for Phase I will be Experience, Past Performance and Technical/Design Approach. The offeror must have the bonding capacity of 50M for a Single Task Order and 100M for concurrent Task Orders. If the offeror cannot demonstrate sufficient bonding capability during the Phase I evaluation, as described above, further consideration of the proposal will be terminated and the offer will be rejected. The criteria to be evaluated in Phase II will be provided by amendment to those offerors found to be technically qualified following evaluation of Phase I. After evaluating Phase I proposals, the maximum number of offerors that will be selected to submit Phase II proposals will be in the range of 3 to 5 of the most highly qualified offerors. The offerors who fall within the competitive range will be requested to submit proposals under Phase II. The overall contract work shall consist of demolition of existing units, including any hazardous material abatement, and design and construction of new u nits and associated infrastructure. The design and construction of this Family Housing Project shall comply with the specifications and requirements contained in the Request for Proposal (RFP). Landscaping shall conform to native type and low maintenanc e principals in accordance with guidance furnished in the RFP. Recreational features shall provide safe and modern focal areas for the neighborhoods. The design and technical criteria contained and cited in the RFP and the Air Force Family Housing Guide will establish minimum standards for design and construction quality except where maximum sizes are identified for the housing unit net floor area, the number of housing units per building and the interior/exterior bulk storage spaces. The first task or der (FY 04 Replace Military Family Housing, Phase 5) for this contract shall consist of the demolition of 93 existing housing units and the design and construction of 93 new housing units including 2(two) General Officer Quarter's (GOQ's), 12(twelve), Seni or Officer Quarters's (SOQ's), 1(one) Field Grade Officer (FGO) and 78 (seventy-eight) enlisted. Additional site work to include site cleaning, replacement and upgrade of utility systems and roads and the design and construction of a mixture of two, thre e and four bedroom family housing units on Government-owned land at Davis-Monthan Air Force Base, Arizona. Both sites for the work will be made available to the Contractor upon award of the task order. This contract will have a base period and 4-year opt ion periods. The estimated overall value of the contract is not to exceed $175 million. It is anticipated that task orders will be awarded annually in the range of $20-$50 million, replacing approximately 600 units over a five year period. Qualificati on requirements for Phase I submittal will be available on or about 20 June 2003 with submittals due on or about 5 August 2003; Phase II Solicitation Documents will be available on or about 4 September 2003 with proposals due on or about 20 October 2003. Phase II will include technical/price proposal for the contract and Task Order 0001. Further information regarding the first task order will be furnished. The Government intends to issue this solicitation as internet only and will be issued as an Elect ronic Bid Set (EBS). The solicitation will be available to download on or about 20 June 2003 at: http://ebs.spl.usace.army.mil. No additional media (compact disks, floppy disks, faxes or paper) will be provided unless the Government determines that it is necessary. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to mainten ance. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. The North American Industry Classification System (NAICS) Code for this project is 236115. This Solicitation will be issued as an Unrestricted procurement, inviting Full and Open Competition. All responsible sources may submit an offer. This acquisition will provide ample subcontracting opportunities for small and small disadvantaged busines ses. If you are a large business and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals. The subcontracting goals for fiscal year 2003(FY 03) are as follows: Small Business 71.1%, Small Disadva ntaged Business 10.2%, Women-Owned Small Business 10.6%, HUBZone 3%, Service-Disabled Veteran-Owned Small Business 3%, and Veteran-Owned Small Business 3%. Functions that may be suitable for small, HUB Zone, small disadvantaged, small woman-owned, and sma ll veteran-owned concerns. These goals will be included in the RFP for the basic contract and task order 0001. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. There will be a joint project overview with Prime and Subcontractor networking opportunities including a site visit of the project. More details on the project overview and site visit will be outlined in the RFP. T his will be a Request for Proposal, and a fixed-price contract will be negotiated as a result of this procurement. Visit the Corps of Engineers web site at http://www.ebs.spl.usace.army.mil, and for additional contracting opportunities, visit the Army Sing le Face to Industry at http://acquisition.army.mil/default.htm. Bidders must be registered with the Central Contractor Registration (CCR) in order to receive a Government Contract award. To register, the CCR Internet address is: https://www.ccr.disc.dla.mil/ccr/scripts/ccradd/ asp. Any prospective bidder interested in bidding on this solicitation must register to be placed on the plan holders' list. If you are not registered, the United States Government is not responsible to providing you with notification of any changes to t his solicitation. Bidders shall register themselves on the Internet. Each bidder, after registering for this solicitation should verify his or her name appears on the Plan Holders' List for this project. Upon making award of the contract, the guarantee d minimums shall be 2% of the not-to-exceed capacity for the contract, or $500,000, whichever is less and the minimum as required by EFARS 16.504 for the Option Period, if exercised. The minimum guaranteed amounts may be met by award of a task order in an equivalent amount.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles - Military P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00341836-W 20030608/030606213501 (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.