Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

Y -- Two-Phase Design/Build for Construction of Whole Neighborhood Renewal, Ft. Knox, Kentucky

Notice Date
8/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Louisville - Military, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
DACA27-03-R-0020
 
Response Due
9/30/2003
 
Archive Date
11/29/2003
 
Point of Contact
Debbie Lardner, 502-315-6181
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville - Military
(debrauh.m.lardner@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation is Phase 1 of a 2-Phase Design/Build solicitation process. This process requires potential offerors to submit their performance and capability information initially for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of five highest rated offerors to be considered for Phase 2. These selected offerors will be asked to submit the technical requirements package and provide a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the government. The final evaluation rating used for comparison, selection, and award will reflect the rating received in Phase 2. Cost information will not be rated in either Phase, however, cost will be considered. The proposal process for this two (2)-Phase Procurement consists of the following individual pieces: Phase 1 Proposal Requirements: -Offeror's Relevant Experience -Offeror's Past Performance Information -Technical Approach Narrative Phase 2 Proposal Requirements: -Management Approach -Subcontracting Narrative & Plan -Technical & Design Documents -Betterments -Sustainable Design Qualifications Estimated cost range is $25,000,000 to $100,000,000. NAICS code is 236220. Time of completion is 920 calendar days. Solicitation issue date is approximately 29 August 2003. Proposal due date for Phase 1 is 30 September 2003 at 4:30 PM Louisville Local Time. The following is the scope of work for the Whole Neighborhood Renewal Project at Ft. Knox, KY. This RFP solicitation encompasses the new construction of a military family housing neighborhood, as a part of the continuing housing replacement program at Fort Knox, KY. The work at Fort Knox includes, but is not limited to, the demolition and removal of 52 two-story, wood frame housing units, one concrete block and metal golf course storage facility and associated infrastructure. The work also includes, but is not limited to, the design and construction of 178 units of family housing for senior enlisted personnel with site work, infrastructure and neighborhood amenities to provide a useable neighborhood comparable in quality and design to up-scale private sector residential living. The housing community will consist of permanent construction, three- and four-bedroom, single family units, which may be either factory-built/manufactured or conventional wood stick or steel frame construction built on-site. The units will include driveways, garages, patios or decks, and appliances. The design and construction will include site preparation, paving, site improvements, landscaping, recreation facilities, stormwater provisions, and extension of existing and construction of new utilities to serve the housing community. A site survey and geotechnical investigation will be required. The project includes the construction of model units and a mock-up kitchen. This project has been designated as a Showcase project for Sustainable Design and Development; the design and construction must achieve a minimum of a Gold rating under the Department of Defense Sustainable Project Rating Tool (SpiRiT). The options include Option A - Walking paths, Option B - Rapidly renewable flooring, Option C - Grass volleyball court, Option D - 180 additional trees, Option E - Trees of 2 1/2 inch caliper, Option F - Raised panel interior doors, Option G - Additional phone outlets, Option H - Additional CATV outlets, Option I - Recessed soap/shampoo shelves, Option J - Extend unit roof over patio, Option K - Brick facade 25% of units, Option L - Cultured stone facade 25% of units, Option M - Chair rail, Option N - Full height brick for all one-story units, Option O - Street to MacDonald School. This project is available by downloading from the Internet only. The project specifica tion files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using Source View Reader. Both readers are contained in the solicitation package. Minimum system requirements are 486- based personal computer, Microsoft Windows 3.1 or greater and 8 MB application RAM. To download the files for this project and to register as a plan holder go to Internet site http://ebs.lrl.usace.army.mil or through the District web site http://www.lrl.usace.army.mil. FTP access is through ftp://ebs.lrl.usace.army.mil/ebs/. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY. NOTE: This is an unrestricted procurement.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - Military 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00401687-W 20030816/030814214542 (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.