Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

Y -- Renovation and Addition to Caddo Ranger District Office

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Forest Service, R8/R9 Western Operations Center-AQM, Dr AH McCoy Federal Bldg, Ste #1141 100 W Capitol St, Jackson, MS, 39269-1602
 
ZIP Code
39269-1602
 
Solicitation Number
AG-447U-S-05-0011KR
 
Response Due
7/5/2005
 
Archive Date
7/20/2005
 
Description
This solicitation is for the Design and Construction of the Caddo District Ranger's Office located on the Ouachita National Forest in Glenwood, Arkansas. This will be a Two (2) Step design-build Request for Proposals which will result in a firm fixed price contract. This project consists of renovating approximately 2,880 square feet of single-story wood-framed office building, constructing a 1024-square foot addition, and constructing a new entrance, ramps and sidewalk, and associated work. It also includes further design development and preparation of working drawings and specifications required to completely describe and document all aspects of the renovation and construction, and is to be based upon the preliminary concept drawings prepared and provided by the Government within this solicitation. Proposals will be evaluated using a two phase process considering qualifications, technical and price factors. The relative importance of the technical evaluation factors will be considered more important than the price factor unless the technical evaluation of competing offers is approximately the same, at which time the price factor will become relatively more important. Phase I Proposals and Factors (Qualifications Phase): (1) Technical qualifications, which include experience and qualifications of individuals and firm(s) that will perform the design, (Professional Architects and Engineers), and of the individuals and firm(s) that will manage and execute the construction, including information on major subcontractors, and (2) Past performance of the offeror's team, including the architect-engineer and construction forces. After evaluation of the Phase I proposals, a maximum of five offerors will be asked to submit Phase II proposals, which will include: (1) Salient Characteristics; (2) General method of approach to the project, including a proposed design and construction schedule; and (3) Price proposal in the Schedule of Items format. Award may be made without further negotiations. Proposals should be submitted initially on the most favorable terms from a price and technical standpoint. The Government may, after evaluation, conduct further oral discussion with any or all offerors. Award will be made to the Offeror: (1) whose proposal is technically acceptable and (2) whose technical/cost relationship is the "best value" to the Government. Contract performance period is 400 calendar days. The Government's estimate is between $250,000 and $500,000. The NAICS code for this acquisition is 236220, and the small business size standard is $28.5 Million. The successful offeror will be required to furnish performance and payment bonds, each in the amount of 100% of the contract price prior to beginning construction. This project is open to both large and small businesses.
 
Place of Performance
Address: Hot Springs AR
Zip Code: 71902
 
Record
SN00814253-W 20050526/050524211711 (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.