Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2005 FBO #1333
SOLICITATION NOTICE

Y -- SOF ROWE Training Facility, Phase IV, Fort Bragg, North Carolina

Notice Date
7/19/2005
 
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-05-R-0055
 
Response Due
9/6/2005
 
Archive Date
11/5/2005
 
Small Business Set-Aside
N/A
 
Description
THIS PROJECT IS UNRESTRICTED. Any prospective Offeror interested in proposing for this solicitation may view and/or download this solicitation and all amendments from the internet site http://ebs.sas.usace.army.mil/ after solicitation issuance. Des cription of work: This solicitation is for the design and construction of one one-story five-bay Ready State Building (isolation units) of approximately 12,000 Square Feet; one six-bay, multi-story Ready Building of approximately 24,000 Square Feet; and, an Access Control Point (ACP) at Camp Mackall, North Carolina. The Ready State Building will be based on an existing design of an identical building under construction at the same site. The general construction of all buildings will be concrete masonry u nits with brick veneer and standing seam metal roofs. Site preparation as part of the design and construction includes access roads, sidewalks, water, sewer, storm drainage, erosion control measures, underground electrical service and landscaping. This f acility shall be designed to comply with the Department of Defense Antiterrorism Standards and has a requirement of achieving a SPIRIT Gold level of sustainable design features. PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. TECHNICAL FACTORS for PHASE ONE: FACTOR 1-1: OFFEROR PAST PERFORMANCE: This factor is significantly more important than Factors 1-2 and 1-3. FACTOR 1-2: CORPORATE RELEVANT SPECIALIZ ED EXPERIENCE: This factor is more important than Factors 1-3. FACTOR 1-3: TECHNICAL APPROACH NARRATIVE. Based upon the evaluation of PHASE ONE FACTORS no more than five Offerors will be invited to participate in PHASE TWO. FACTORS 1-1, 1-2, and 1-3 t ogether are equal in importance to Factor 2-1. PHASE TWO FACTORS: 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 SYSTEM S: This factor is equal in importance to Factor 2-3 and more 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 CON SIDERATIONS: This factor is of equal importance to Factor 2-5. FACTOR 2-5: MANAGEMENT EFFECTIVENESS: This factor is of equal importance to Factor 2-4. 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. The Government anticipates Phase One documents will be issued on or about 4 August 20 05 and that Phase Two documents will be issued on or about 30 September 2005. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded tha t 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 $5,000,000 to $10,000,000. Network Analysis will be requir ed. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656) under NAICS 236220. The size standard for this NAICS is $28.5 Million. This solicitation will be issued in electronic format only and will be available 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 be provided. It is the Offerors r esponsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Amy Aqueche, Contract Specialist, 912-652-5705 or via email Amy.A.Aqu eche@sas02.usace.army.mil.
 
Record
SN00850208-W 20050721/050719212403 (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.