Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

Y -- Recruiting Brigade Operations Building - Fort Gillem, Georgia

Notice Date
8/17/2004
 
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-0080
 
Response Due
10/4/2004
 
Archive Date
12/3/2004
 
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: Donna Knight, (912) 652-5504 Technical Questions: Tim Morris (912) 652-5474 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: Design, site preparation and construction of a new Recruiting Brigade Operations Building of approximately 24,908 square feet for the US Army Recruiting Command at Fort Gillem, Georgia. Work consists of design, site preparation, cons truction, supporting utilities, furniture purchase and installation, and demolition. The facility will serve the administrative, training, and storage requirements for a Recruiting Brigade. The building will be combination masonry and exterior insulation finish with a metal roof. Exterior work will include utilities, site-preparation, asphalt parking areas, asphalt roads, exterior lighting, and landscaping. Supporting utilities include water, sewer, storm water, electrical, communications, and gas. Dem olition will be of two facilities after the building occupants have moved into the new Recruiting Brigade facility. PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. TECHNICAL FACTORS: FACTOR 1-1: OFFEROR PAST PERFORMANCE: This fact or is significantly more important than Factors 1-2 and 1-3, and more important than Factor 1-4. FACTOR 1-2: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal in importance to Factor 1-3. FACTOR 1-3: TECHNICAL APPROACH NARRATIVE: This f actor is equal in importance to Factor 1-2. FACTOR 1-4: OFFEROR SUSTAINABLE DESIGN/CONSTRUCTION EXPERIENCE: This factor is more important than Factors 1-2 and 1-3. FACTORS 1-1, 1-2, 1-3, and 1-4 together are equal in importance to Factors 2-1 and 2-4 i ndividually. FACTOR 2-1: BUILDING FUNCTION AND AESTHETICS: This factor is equal in importance to Factor 2-2, and more important than Factors 2-2, 2-3 and 2-5. FACTOR 2-2: SUSTAINABLE DESIGN CONSIDERATIONS: This factor is equal in importance to Factor 2- 1 and more important than Factors 2-2, 2-3, and 2-5. FACTOR 2-3: BUILDING SYSTEMS: This factor is equal in importance to Factors 2-3 and 2-5. FACTOR 2-4: SITE DESIGN: This factor is equal in importance to Factors 2-2 and 2-5. FACTOR 2-5: MANAGEMENT E FFECTIVENESS. This factor is equal in importance to Factors 2-2 and 2-3. The project will be solicited and procured using a Two Step Design-Build Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 36.32. No more tha n five Offerors will be invited to participate in Phase Two. The Government anticipates Phase One documents will be issued on or about 2 September and that Phase Two documents will be issued on or about 14 October 2004. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves 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 acceptabili ty rests with the Offeror. Options may be included. The anticipated cost range is $5,000,000 to $10,000,000. Network Analysis will be required. COMPETITION WILL BE LIMITED TO 8(a) CERTIFIED FIRMS WITH AN OFFICE LOCATED WITHIN REGION IV (GA, AL, NC, TN, MS, FL, KY, SC) WHICH HAVE 236220 AMONG THEIR APPROVED NAICS CODES. This solicitation will be issued in electronic format only and will be available on or about September 2, 2004 on the Internet at http://ebs.sas.usace.army.mil. Notification of amendmen ts will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all am endments. For a dditional information or assistance, please contact Donna S. Knight, Contract Specialist, 912-652-5504 or via email donna.s.knight@sas02.usace.army.mil.
 
Record
SN00645625-W 20040819/040817212718 (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.