Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
MODIFICATION

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract for Design-Build Construction Services

Notice Date
2/9/2006
 
Notice Type
Modification
 
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-0009
 
Response Due
3/20/2006
 
Archive Date
5/19/2006
 
Small Business Set-Aside
8a Competitive
 
Description
Class Code Corrected from 10 to Y for Construction of Structures and Facilities. Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract for Design-Build Construction Services (Deployment Storage Buildings Product Line) within the Southwestern Region. -------------------------------------------------------------------------------- -------------------------------------------------------------------------------- General Information Document Type: Presolicitation Notice Solicitation Number: W91238-06-R-0009 Posted Date: Feb 02, 2006 Original Response Date: Mar 20, 2006 Current Response Date: Mar 20, 2006 Original Archive Date: May 19, 2006 Current Archive Date: May 19, 2006 Classification Code: 10 -- Weapons Set Aside: 8a Competitive Naics Code: 236220 -- Commercial and Institutional Building Construction Contracting Office Address US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814 Description YIndefinite Delivery Indefinite Quantity (IDIQ) Single Award Contract for Design-Build Construction Services (Deployment Storage Buildings Product Line) within the Southwestern Region Presolicitation Notice 8(a) Competitive Solicitation for Inde finite Delivery Indefinite Quantity (IDIQ), Single Award Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services (Deployment Storage Buildings Product Line), to include (but not limited to) planning, de sign, 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 t he IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, O K, and TX). It is anticipated that a large portion of the work will be at Fort Bliss,TX. In accordance with FAR 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns, Alternate I, competition will be limited to 8(a) concerns that have an SBA-approved bona fide place of business within SBA Region VI , VIII, or IX and an approved business plan on file and serviced by an SBA district and/or regional office within SBA Region VI, VIII, or IX. (SBA Region VI encompasses a fi ve-state area con sisting of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. SBA Region VIII encompasses a six-state area consisting of Colorado, Montana, North Dakoka, South Dakota, Utah and Wyoming. SBA Region IX encompasses a three-sta te area consisting of Arizo na, California, and Nevada.) 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 a nd 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 cap abilities 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, n egotiate, 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, a nd 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 o ngoing 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 deployment storage buildings. Typical work for th e deployment storage buildings 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, laboratory analysis, and final geotechnical report 4) pavement design 5) coordi nate 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 interio r, and signage, and comprehensive fu rniture 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 conser vation 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 review conferences 16) design conf iguration management 17) quality contr ol systems 18) safety plans 19) environmental protection through the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resourc es plans, monitoring water resources, a ir 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 const ruction clean-up 20) traffic control plans 21) scheduling and phasing 22) preparation of design drawings on AutoCadd and Microstation 23) and development of as-built drawings. CONTRACT INFORMATION: The s pecifications will be performance-based using industry standards. Non-traditional construction methods such as pre-fabricated, pre-engineered, panelized, and modular construction will be considered. 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 solicitation refers to it as Phase 1). In Phase 1, inter ested firms o r joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitati on. The Gove rnment 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 for the design-build contract in Phase 2 of the pro cess. In Phase 2, the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals, including duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 pr oposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, whose proposal confor ms 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 li sted 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 Personn el Capabilities and Experience; and Financial Capability. Phase II  Volume I (Remaining Performance Capability Proposal): Key Subcontractors; Preliminary Schedule; Past Performance on Utilization of Small Business Con cerns. Volume II  (Des ign-Technical Information): Building Functional Arrangement; Building Aesthetics; Minimum Space and Facility Size; Building Systems and Material Quality; Site Design; and Sustainable Design Requirements. Volume III (Price and Pro F orma): Price; and Se lf Performed Work Requirement. The North American Industrial Classification Syst em (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size S tandard is $31 Million. The total contract capacity is estimated not to exceed $67 Millio n total contract capacity over a period of three years. The estimated duration will be an initial Base Period of twelve (12) months with up to two (2) Opt ion Periods of twelve (12) months each, for a total not to exceed contract period 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 exp iration; 3) until task order completion; 4) until the total contract capacity limit is reached, or 5) the c ontract is Terminated for Convenience of the Government. The minimum guarantee for the contract will be $100,000. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the iss uance of task orders. The minimum task order limitation will be $100,000. The maximum task order limitation will be $10,000,00 0. 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 $20,000,000. These contracts 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 17, 2006 under solicitation number W91238-06-R-0009. Phase 1 Proposals are anticipated to be due on or about March 20, 2006 (30 days from issuance of the solicitation). If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acq uisition. There will be no public bid opening. 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 hy perlink. 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/fe dteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber= W9 1238-06-R-0009. 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 w ill 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 N umber; 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 hy perlink; 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 Elec tronic 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 cu rrently does not have a Plan Holders List capability. The refore, you are encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Sacramento District, South Pacific Division, U.S. Army Corps of Engineers, has been assigned procurement responsibility for this product line in support of Southwest Division. The Contract Specialist for this solicitation 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. Point of Contact Timothy F. Boyd, 916-557-5226 Email your questions to US Army Engineer District, Sacramento at timothy.f.boyd@usace.army.mil Place of Performance Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA Postal Code: 95814 Country: US
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00984702-W 20060211/060209212737 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.