Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-R-0010
 
Response Due
3/13/2006
 
Archive Date
5/12/2006
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice Unrestricted Solicitation for Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services, to include (but not limite d to) planning, design, and the construction of new facilities located within the boundaries of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be at Fort Bliss, TX. All responsible sources may submit an offer which shall be considered by the agency. FOR INFORMATION ONLY: This contract is required by the Armys initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program, although the projects may be requ ired from any Military Program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Military C onstruction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters buildings, vehicle maintenance shops, deployment storage buildings and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacific Div isions will be assigned one or two facility types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (product line). When there is a requirement for their facility type, each District product line team wil l scope, negotiate, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews, subm ittals, and modifications. The design/build contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification, and clarification identified in ongoing task orders. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: The project includes the design and construction of the typical work for the Brigade and/or Battalion Headquarters Facilities. Typical work for the Brigade and/or Battalion Headquarters Facilities may include but is not limited to 1) planning, design, estimating, and construction 2) Site planning and site verification 3) site engineering to include subsurface investigations, labor atory analysis, and final geotechnical report 4) pavement design 5) coordinate with utility providers and Land Development Engineer, and other product line contractors 6) acquiring all local, state and federal permits 7) architecture and interior design to include building exterior and interior, signage, and comprehensive furniture package 8) design of telecommunications systems and service 9) lightning protection systems 10) heating, ventilation, and air conditioning to include building automation systems, testing, adjusting and balancing, and commissioning 11) energy conservation 12) fire protection 13) sustainable design solutions to meet a minimum LEED Silver/SPiRiT Gold to support the MILCON program 14) site electrical systems 15) meetings and design re view conferences 16) design configuration management 17) quality control systems 18) safety plans 19) environmental protection through the following products: environmental protection plans , incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resources, integrated pest management, post construction clean-up 20) traffic control plans 21) scheduling and phasing 22) preparation of design drawings on AutoCadd an d Microstation 23) and development of as-built drawings. CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. The first phase consists of a process known in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. (This solicit ation refers to it as Phase 1). In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build constru ction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will short-list no more than five of the Phase 1 Offerors to compete f or the design-build contract in Phase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals, including the duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 prop osals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical-design quality, performance capability, and cost. The following evaluation criteria listed for Phase I and Phase II are proposed as follows: Phase I Volume I (Performance Capability)  Organizational Structure and Business Management Plan; Team/Corporate Experience; Specialized Experience; Past Performan ce Information; Key Project Personnel Capabilities and Experience; and Financial Capability. Phase II  Volume I (Remaining Performance Capability Proposal): Key Subcontractors; Preliminary Schedule; Subcontracting Plan  Large Business Offerors; Past P erformance on Utilization of Small Business Concerns. Volume II  (Design-Technical Information): Building Functional Arrangement; Building Aesthetics; Minimum Space and Facility Size; Building Systems and Material Quality; Site Design; and Sustainable De sign Requirements. Volume III (Price and Pro Forma): Price; and Self Performed Work Requirement. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. The total contrac t capacity is estimated not to exceed $122,128,500 over a period of three years. The estimated duration will be an initial Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) months each, for a total not to exceed contract p eriod of thirty six (36) months. The contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until the total contract capacity limi t is reached, or 5) the contract is Terminated for Convenience of the Government. The minimum guarantee for the contract will be $150,000. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation will be $150,000. The maximum task order limitation will be $20,000,000. The Government reserves the right to exceed the stated maximum task order limitation. Concerns must be able to bond up to the maximum combination of orders, which will be $40,000,000. This contract may be used for other agency requirements where the contracting officer has made a determination that the new requirement is within scope. Estimated solicitation issue date is on or about February 9, 2006 under solicitation number W91238-06-R-0010. Phase 1 Proposals are anticipated to be due on or about March 13, 2006 (approximately 30 days from issuance of the solicitation). If the Governm ent elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from Large businesses must comply wi th FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Sacramento District goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedTeDS. Access to the solicitation documents on the FedTeDS website will be via hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber= W9 1238-06-R-0010. Viewing/downloading documents from FedTeDS will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you will also be required to register in FedTeDS (www.fedteds.gov) before a ccessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendor/Contractor Registration Process option. The following information will be required: Central Contractor Registration (CCR) Market ing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered with FedTeDS, interested parties will then be able to utilize the hyperlink to log in and access the solicitation documents. Importa nt Note: Solicitation documents can be accessed ONLY by using the hyperlink; FedTeDS is not searchable by any other means. Please note that ALL firms who want to access the solicitation  both prospective primes and subs  will be required to be register ed with FedTeDS and therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. For further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and FedTeDS Help. For additional assistan ce with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at --866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDS Assistance). Offerors are advised that FedTeDS currentl y does not have a Plan Holders List capability. Therefore, you are encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicit ation will be Cheryl Gannaway, Tel. (916) 557-6933. If contacting us by E-mail, please send your inquiries to BOTH: Cheryl.Y.Gannaway@usace.army.mil AND Wanda.W.Corry@usace.army.mil. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00972992-W 20060127/060125212437 (fbodaily.com)
 
Source
FedBizOpps 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.