Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2004 FBO #0792
SOURCES SOUGHT

Y -- Y-Design-Build Construction of a Special Housing Unit to be located at the existing United States Penitentiary in Lompoc, California

Notice Date
1/26/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
X00-0508
 
Archive Date
2/1/2004
 
Point of Contact
Elaina Walker, Contracting Officer, Phone 202-307-0954, Fax 202-615-6055,
 
E-Mail Address
ewalker@bop.gov
 
Description
This is a pre-solicitation notice. This requirement is a 100% total small businesses set-aside. The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Price Design-Build contract with award fees for 1) the design and construction of a Special Housing Unit to be located at the existing United States Penitentiary Lompoc, California institution; and 2) the design for an inmate Receiving and Discharge Unit will be a contract option subject to factors which will include funding availability in fiscal year 2005 and may be exercised in accordance with the terms and conditions of the Phase Two Solicitation; and additionally, 3) the Construction of the Receiving and Discharge Unit will be a contract option subject to factors which will include funding availability in fiscal year 2005 and may be exercised in accordance with the terms and conditions of the Phase Two Solicitation. The scope of work includes all architectural, engineering, construction and other related services necessary to provide a new special housing unit. The proposed project is currently planned to consist of a two story Special Housing Unit and a one story one Receiving and Discharge Unit. This project will have a gross building area of approximately 2,350 square meters (this includes the Receiving and Discharge Unit) and be designed to house and support approximately 96 special housing unit cells. The anticipated performance period of this project is approximately 520 days after the notice to proceed is issued. The estimated magnitude of this project is between $5,000,000 and $10,000,000. For consideration on this project the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. All responsible sources may submit a proposal which will be considered. For the design member of the design-build team, the Architect/Engineer (A/E) of Record of the architect-engineer firm, or the principal or lead A/E firm of a joint venture, must have an existing major active office, which will have responsibility for the plans and specifications, located within the State of California. The design of the architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished or reviewed and approved by architects or engineers registered to practice in the particular professional field involved in the State of California. Participation by architects, engineers, consultants and subcontractors located within the State of California is encouraged. The FBOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. Interested offerors may request and obtain a Phase One solicitation of the two phase process, distributed solely through the General Services Administration?s Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitations will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Phase One solicitations will be issued on or about 2/12/04. The Phase One proposal due date will be identified in the Phase One Solicitation. The Phase One solicitation will provide the scope of work, and the following evaluation factors including subfactors, which are all in descending order of importance: Past Performance (Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems), Technical Qualifications and Technical Approach. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. Phase Two participants will submit competitive past performance, technical, and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors, in descending order of importance are: Past Performance (descending order Sub-factors: Past Performance Quality Assurance and Quality Control, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems); Preliminary Design and Proposed Technical Solutions; Proposed Organization and Key Personnel, Consultants and Subcontractors (descending order Sub-factors: Project Team Organization, Design-Build Offeror including Key Personnel, Consultants and Sub-contractors including Key Personnel); Management and Scheduling Approach, including Quality Control and Quality Assurance (Sub-factors: General Approach including Team Coordination and Quality Assurance and Quality Control, Proposed Design-Build Schedule and Monitoring of the Schedule, Planning for Project Completion); are significantly more important than Price, however, as proposals become more equal, price becomes more important and may be a determining factor for award. Additional or Bonus points may be awarded for Technical, and Past Performance proposals. The point of contact for inquiries and clarifications is Elaina S. Walker, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-2, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted.
 
Record
SN00509953-W 20040128/040126211732 (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.