Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2004 FBO #1063
SOLICITATION NOTICE

Y -- National Nuclear Security Administrative Building

Notice Date
10/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corp of Engineers, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-05-R-0001
 
Response Due
12/9/2004
 
Archive Date
2/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Army Corps of Engineers (COE), Charleston District, Charleston, SC in conjunction with the Department of Energy, National Nuclear Security Administration (NNSA) through an Interagency Agreement between NNSA Headquarters and the COE pursuant to the Facilities and Infrastructure Recapitalization (FIRP) Small Business Initiative intends to issue a contract to a small business under NAICS code 236220. This code is listed under the Small Business Competitive Demonstration Program and is b eing set aside to meet the small business requirements of the DOE. The requirement is to construct a single story administrative building that includes an office wing with entry pavilion containing, a 100-seat multipurpose room, and toilet facilities. The building will be approximately 15,000 SF in size. The construction period will be approximately six months. The project will include grading, paving, parking lots, walkways, and all supporting utilities and appurtenances. This facility will be constructe d for NNSA at the Savannah River Site in Aiken, SC. The magnitude of this procurement is between $1,000,000 and $5,000,000. This requirement is a 100% Small Business set aside. To be considered a small business under NAICA Code 236220 a firm, including it s affiliates, must not have average annual gross revenue over the last three (3) fiscal years in excess of $28.5 Million. Pursuant to FAR 19.1007(b)(1) and DOE polices and procedures, this procurement is exempted from the Small Business Competitive Demons tration Program. The solicitation will be issued under a two-phase, Best Value request for proposals (RFP) process. The first phase will require the contractors to submit their technical proposals only. No prices will be submitted during the first phase . The RFP will include the technical submission requirements and offerors will be given 30 calendar days to submit the phase-one proposal. The second phase of the RFP will be issued via amendment to the solicitation and will include the price schedule, p lans, and specifications. Offerors found technically acceptable under phase one of the RFP will be requested to provide the prices on the price schedule provided in the amendment. The government may or may not conduct discussions after receipt of part t wo of the two-phase RFP. Award will be based on a technically acceptable offeror with the lowest negotiated price. The technical proposal will be evaluated utilizing Past Performance and other evaluation factors as set forth in the solicitation. Contracto rs interested in submitting a proposal on this procurement must view and download the solicitation from the Corps of Engineers (COE) Charleston District web site: http://ebs.sac.usace.army.mil/ebs/AdvertisedSolicitations.asp. This solicitation will be iss ued in electronic format only and is expected to be available December 2004. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disk, 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 amendments. There will be a preproposal conference for this requirement, which will be announced via COE web site. The preproposal conference isnt mandatory but it is highly recommended that prospective contractors planning to submit a proposal attend. The prepropo sal conference will explain the two-phase proposal process in greater detail and answer offeror general (not technical) questions. The Department of Energy (DOE) will awarded any resulting contract and make necessary payments. Funds are currently not avai lable for this requirement but will be made available by DOE prior to an award. The COE expects to be delegated contract administration responsibilities. For additional information or assistance, please contact Henry Wigfall, Contract Specialist, 843-329-8 088 or via e-mail at henry.wigfall@usace.army.mil. See Numbered Note: 1
 
Place of Performance
Address: US Army Corp of Engineers, Charleston 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
Country: US
 
Record
SN00698097-W 20041024/041022212110 (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.