Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2004 FBO #1088
SOLICITATION NOTICE

Y -- Design/Build of Replace Military Family Housing, Phases 11 and 12, Minot AFB, North Dakota.

Notice Date
11/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0004
 
Response Due
1/19/2005
 
Archive Date
3/20/2005
 
Small Business Set-Aside
N/A
 
Description
On or about 01 December 2004, the Omaha District Corps of Engineers will issue a Request for Proposal (RFP) for the Design/Build of REPLACE MILITARY FAMILY HOUSING, PHASE 11-12, MINOT AFB, NORTH DAKOTA. Proposals will be received on or about 19 Janu ary 2005. This solicitation is unrestricted and open to both large and small business participation. Site Visit/Pre-Proposal Conference A site visit and Pre-Proposal conference will be held at Minot AFB on 16 December 2004 from 9:00 a.m. until 12:00 noon. Assembly will take place in the DG Room of the Jimmy Dolittle Center. The conference will begin promptly at 9:00 a.m. addressing proje ct questions and discussion and last until 10:30 a.m. The site visit is scheduled from 10:30 a.m. until 12:00 noon. For information on base access and scheduling your Pre-Proposal visit, contact the following: Minot AFB Project Office, U.S. Army Corps of E ngineers, Telephone: (701) 727 6127. FAX (701) 727 6128. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. Phase 11-12 Work (Approx. quantities) The FY05, Phase 11 work consists of demolition of 168 existing housing units and replacing with 142 new units. FY06, Phase 12 work consists of demolition of 332 existing housing units and replacing with 223 new units. New units shall be duplex configurat ion for JNCO and SNCO grades. FGO and SOQ units shall be detached single-family dwellings. Design and construction consists of grade mixes of SNCO, FGO and SOQ three and four bedroom units throughout Phase 11. Phase 12 mix is JNCO and FGO units consistin g of 2-bedroom plus, three and four bedroom units. Infrastructure work includes utility upgrades, road improvements, playgrounds, landscaping, etc. All units will require double-car garages, central air conditioning, refrigerators, garbage disposals, dis hwashers, water heaters, range/ovens, automatic garage door openers, carbon monoxide detectors and smoke detectors. RFP Evaluation Firms participating in the RFP will submit technical requirements in accordance with Section 00110: PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on the best value approach considering technical elements for evaluation (e.g., Expe rience, Past Performance, Project Management, Concept Design (Housing and Site), Utilization of Small Business, and Price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be comparatively evaluated for reason ableness. The estimated combined construction cost of Phases 11 and 12 is between $60,000,000 and $80,000,000. Phase 11 will be the base award and Phase 12 will be an option. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2005: (a) Small Business: 50.9% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.2% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. (e) Hubzones: 2.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The selected Offeror will be required to commence work 10 days after notice to proceed is given and complete the work within the Offerors proposed schedule for the contract. Offerors Schedule will include all design, design reviews, and construction com pletion. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and pa yment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The RFP documents are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy forma t. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/] Ordering of RFP on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions rega rding the ordering of the same should be made to: 402 221 4298. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls on contents of the RFP should be made to the Project Manager at: (402) 221-3985 or Specifica tion Section at: (402) 221 4413. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00708969-W 20041118/041116212052 (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.