Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOLICITATION NOTICE

Y -- Design/Construct Replacement Army Family Housing-Siku Basin, Ft Wainwright, Alaska (FTW280/281)

Notice Date
11/3/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-06-R-0003
 
Response Due
1/18/2006
 
Archive Date
3/19/2006
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This request for proposal is a design/build, full and open competitive procurement. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considerin g price and non-price factors, which are cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. This will be a design build contract with a one-step selection process. NAICS Code: 236116. Anticipated NTP: 28 February 2006 with 820 calendar days period of performance. Proposed Options: FTW280  2 company grade officer (CGO) 5-bedroom units, and 2 field grade officer (FGO) 4-bedroom units. FTW281  3 junior noncommissioned officer (JNCO) 3-bedroom units, and 2 JNCO 5-bedroom units. Government identified betterments include: provide ceiling height for second floor primary habitable spaces of 9 ft.; provide double lavatories in 4-bedroom and 5-bedroom full size second baths; provide wall and base cabinets, with 1/2-inch thick solid su rface countertop work surface with minimum 4-inches high integral back and end splashes adjacent or opposite washer and dryer of minimum 36-inch length in laundry room - provide wall cabinets above the washer and dryer; provide wall and base cabinets, with 1/2-inch thick solid surface countertop work surface with minimum 4 inches high integral back and end splashes of minimum 30-inch length adjacent or opposite shelving area in mudroom; provide sloped floor with centrally located floor drain in garages; pro vide sloped floor with floor drain in laundry room; provide 5/8-inch gypsum wallboard at non-rated walls; incorporate high quality ceramic tile, stone or quarry tile flooring and hardwood flooring; provide hardwood casing trim at window interior jamb and h ead; provide lighting for area lighting for childrens outdoor play areas; provide interior hardwood moldings, such as built-up, crown or coved cornices, chair rails, paneling (wainscot) and other standing wall and ceiling trims at living room, family room , dining room, kitchen, arctic entry, stair and hall spaces; provide covered (roof and finish soffit above) patio area; provide double car attached garages for each (JNCO) and (SNCO) grade housing unit; provide radiant under-floor heating system (including topping slab) in all spaces, complete with HDPE (or PEX with oxygen barrier) floor coils and zoned hydronic control units; and provide electrostatic filters. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal prepara tion costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY06 subcontr acting goals for this contract are a minimum of 41.3% of the contractor's intended subcontract amount be placed with small businesses, 15.8% of that to small disadvantaged businesses, 5.6% to woman-owned small businesses, 1.0% to service disabled veteran-o wned small business and 7.5% to HUB zone small businesses. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. A ll contractors are advised that they must be registered in CCR and ORCA (http://orca.bpn.gov). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors begin this process when they prepare their proposal in order t o ensure this registration is in place should they be selected for the award. 'Lack of registration in the CCR database will make an offeror ineligible for award.' (Reference DFAR 252.204-7004, Required Centr al Contractor Registration). PROJECT INFORMATION: This will be a Design-Build Contract for family housing units at Fort Wainwright, Alaska, Siku Basin neighborhood. Solicitation documents will include conceptual plans for both the site and the housing units. Contractor(s) design an d construction shall be based on completing the designs as presented in the solicitation documents. The work shall consist of design and construction of new units and associated supporting infrastructure (utilities, roads, sidewalks, play areas, etc.) at Fort Wainwright, Alaska. The new housing units will be a mixture of 3, 4, and 5 bedroom, two-story, single family, duplex, triplex, and Quad-plex units with 5% of the units to be barrier-free accessible (ADA) units, distributed between the 2 projects as f ollows: FTW280  50 units + 4 optional units and FTW281  70 units + 5 optional units. The total approximate construction amount for the anticipated contract is $70.5M. Only 1 award will be made for both projects; offerors must be prepared for and capab le of executing all required design and construction activities of both sites simultaneously. Place of Performance: Ft. Wainwright, Alaska. Estimated Construction Range: 70.5M. SELECTION CRITERIA: Offerors proposals will be evaluated for award based on: Construction Experience, Design Experience, Past Performance (to include prime contractor/design team and key subcontractors), Technical Qualifications and Approach, RFP Basic D esign Requirements, Key Team Members, Government Betterments and Contractors Proposed Betterments, Subcontracting Plan, and Price. The overall technical rating is considered more important than price. OBTAINING THE SOLICITATION: The solicitation for this project will be available on the Alaska District Contracting Division Internet home page at http://www.poa.usace.army.mil/Contracting/default.asp for downloading. Any future amendments to the solicita tion will also be available for download from this web site. If you experience problems registering the plan holders list or have problems downloading plans specifications or amendments please contact the contract specialist identified herein. It is imp ortant that you first go to this web site and click on the advertised solicitation you are interested in. Go to Plan Holder Registration. This will require you to establish a user name and password. Keep the user name and password and share it with anyo ne else in your organization that is responsible for registering your firm on plan holders lists. With this system you complete the full registration once. If you have your user name and password you may return to the system and register for other jobs w ithout re-registering. However, you may only do this using your initial user name and password. To receive notification on any amendments to the solicitation you must be registered on the plan holders list. Please complete all required information. Th e request for proposal of this solicitation will be available for download approximately late November 2005. To download the solicitation go to the Alaska District Contracting Division Internet Home Page at the above website. Click Advertise/Solicitation s. This will take you to a list of advertised solicitations. Select the desired solicitation number. Click on the desired file to download and follow the instructions provided therein. All responsible sources may submit an offer, which will be consider ed by the agency. CONTRACT SPECIALIST IS KEVIN MALOY, 907-753-5594 OR email kevin.j.maloy@usace.army.mil
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00925968-W 20051105/051103212208 (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.