Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

Y -- Regional Security Operations Facility - Fort Gordon, Georgia

Notice Date
1/31/2006
 
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-06-R-0024
 
Response Due
3/17/2006
 
Archive Date
5/16/2006
 
Small Business Set-Aside
N/A
 
Description
Contractual questions: Amy Aqueche, 912-652-5705. Technical questions: Charles Grainger, 912-652-5642. This solicitation is being 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 $ 31.0 Million. 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.a rmy.mil/ after solicitation issuance. This solicitation is for the design and construction of a Regional Security Operations Facility for the National Security Agency at Fort Gordon, Georgia. The project will require approximately 500,000 square foot of open office space which includes approx imately 400,000 SF of Sensitive Compartmented Information Facility (SCIF), an additional 50,000 square feet of supporting facilities, and utility infrastructure and site development. This facility has a requirement of achieving a SPIRIT Gold level of sust ainable design features. The Government offers to pay a stipend of $150,000 to unsuccessful Phase Two Offerors in consideration for preparation of a Phase Two technical design proposal, that otherwise meets the minimum requirements described in the solicitation and in consideratio n for the unsuccessful Offeror granting the Government the unlimited rights to use the technical design proposal. Acceptance of a stipend is voluntary. An otherwise eligible, unsuccessful Phase Two Offeror may decline acceptance of a stipend. In that eve nt, the Offeror will retain full rights to its Phase Two proposal and the Governments rights are inapplicable to that proposal. PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. TECHNICAL FACTORS for PHASE ONE: FACTOR 1-1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE. FACTOR 1-2: OFFEROR PAST PERFORMANCE. FACTOR 1-3: TECHNICAL APPROACH NARRATIVE. Based upon t he evaluation of PHASE ONE FACTORS no more than three Offerors will be invited to participate in PHASE TWO. PHASE TWO FACTORS: FACTOR 2-1: BUILDING FUNCTION AND AESTHETICS. FACTOR 2-2: BUILDING SYSTEMS. FACTOR 2-3: SITE DESIGN. FACTOR 2-4: SUSTAIN ABLE DESIGN CONSIDERATIONS. FACTOR 2-5: MANAGEMENT EFFECTIVENESS. 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 15 February 2006 and that Phase Two documents will be issued on or about 17 May 2006. Proposals shall include sufficient detailed information to allow complete evaluation. Options may be included. The estimated magnitude of this project is $250,000,000.00 to $500, 000,000.00. Network Analysis will be required.
 
Record
SN00977527-W 20060202/060131215202 (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.