Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

Y -- Combat Control School and Combat Control Indoor Firing Range - Pope AFB, NC

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-04-R-0083
 
Response Due
9/13/2004
 
Archive Date
11/12/2004
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractual questions: Sandy Meyers, 912-652-5324 Technical questions: Craig Harrell, 912-652-5150 NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/. Contractors may view and/or download this solicitation and all amendments from the Interne t after solicitation issuance. Description of work: This solicitation is for the design, permitting, site preparation and construction of a Combat Control School campus complex on Pope Air Force Base, North Carolina. The campus includes three new buildings and associated site developm ent/improvements. The main building is approximately 35,000 square feet, two-story structure for administrative space and classrooms. The central foyer of the main building will contain Heritage Hall which is a museum annex space. This area is to house various museum displays relevant to the Combat Controller career field. Along with the main building is an indoor aquatic training facility, approximately 18,500 square feet, which includes a weight training and aerobics fitness area and an indoor pool. The third building is an indoor firing range, approximately 11,000 square feet, with a minimum of 12 firing positions with an option for as many as 12 additional firing positions. Site improvements include access drives, vehicle parking, all utility servi ce connections, and landscaping. PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. TECHNICAL FACTORS: FACTOR 1-1: OFFEROR PAST PERFORMANCE: This factor is significantly more important than Factors 1-2,1-3, and 1-4. FACTOR 1-2: CORPORATE RELEVANT SPECIALIZED EXPERI ENCE: This factor is more important than Factors 1-3 and 1-4. FACTOR 1-3: TECHNICAL APPROACH NARRATIVE and FACTOR 1-4: OFFEROR SUSTAINABLE DESIGN EXPERIENCE are of equal importance: FACTORS 1-1, 1-2, 1-3, and 1-4 together are equal in importance to Fact or 2-1. FACTOR 2-1: BUILDING FUNCTION AND AESTHETICS: This factor is more important than Factors 2-2, 2-3, and significantly more important than factors 2-4 and 2-5. FACTOR 2-2: BUILDING SYSTEMS: This factor is equal in importance to Factor 2-3 and m ore important than factors 2-4 and 2-5. FACTOR 2-3: SITE DESIGN: This factor is equal in importance to Factor 2-2 and more important than Factors 2-4 and 2-5. FACTOR 2-4: SUSTAINABLE DESIGN CONSIDERATIONS and FACTOR 2-5: MANAGEMENT EFFECTIVENESS are of equal importance. The project will be solicited and procured using a Two Phase Design-Build Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 36.32. No more than five Offerors will be invited to participate in Phase Two. The Governme nt anticipates Phase One documents will be issued on or about 12 August 2004 and that Phase Two documents will be issued on or about 30 September 2004. Proposals shall include sufficient detailed information to allow complete evaluation. The Government r eserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Options may be included. The anticipated cost range is $10,000,000 to $25,000,000. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656). This solicitation will be issu ed in electronic format only and will be available on or about 18 August 2004 on the Internet at http://ebs.sas.usace.army.mil. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will b e provided. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, p lease contact Sandy Meyers, Contract Specialist, 912-652-5324 or via email sandra.b.meyers@sas02.usace.army.mil.
 
Record
SN00632241-W 20040730/040728212543 (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.