Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2006 FBO #1791
SOLICITATION NOTICE

Y -- FY06 MCA PN60695 Child Development Center, Schofield Barracks, Oahu, Hawaii

Notice Date
10/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-07-R-0001
 
Response Due
12/18/2006
 
Archive Date
2/16/2007
 
Small Business Set-Aside
N/A
 
Description
FY06 MCA PN60695 Child Development Center, Schofield Barracks, Oahu, Hawaii. This is a design-build project using the new MILCON Transformation methodology. The project objective is to design and construct facilities for the military that are cons istent with the design and construction practices used for civilian sector projects that perform similar functions to the military projects. Proposals must offer innovative, creative, life cycle cost effective design solutions that will expedite construct ion and shorten the schedule. Scope of work is to Design and Construct a 195-child capacity Standard Design Child Development Center (CDC) for children ages 6 to 10-years. The primary facilities include outdoor activity areas, installation of intrusion de tection and video surveillance systems, building information systems, connection to energy monitoring and control system, and air conditioning. Heating will be provided by self-contained systems. Supporting facilities include all utilities, paving, curbs and gutters, exterior lighting, storm drainage, information systems, and landscaping. Access for individuals with disabilities will be provided. Force protection measures include building setbacks and site design, interior sway bracing, and blast-resist ant windows and exterior door glass. Comprehensive building and furnishings related interior design services are required. This is an unrestricted procurement utilizing Electronic Bid Sets (EBS). The estimated cost of the project is between $10 Million a nd $25 Million. This is a 2-Phase Design-Build Best Value solicitation process. Phase 1 process requires potential Offerors to submit their performance and capability information for review and consideration by the Government. Following the review, evalu ation, and rating of the Phase 1 proposals, the Government will select a maximum of three highest-rated Offerors to submit a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will b e reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect both the rating received in Phase 1 and the evaluation rating received in Phase 2. All evaluation factors, other than pri ce, when combined, are considered significantly more important than the price. The proposal process for this 2-Phase procurement consists of the following: PHASE 1 PROPOSAL Specialized Experience, Past Performance, Key Project Personnel, Organization and Technical Approach and Evidence of Ability to Obtain Bonding. PHASE 2 PROPOSAL  Building Functional and Aesthetics, Quality of Building Systems and Materials, Site Design, Sustainability Requirements, Key Subcontractors, Proposed Contract Duration and Sum mary Schedule, Past Performance on Utilization of Small Business Concerns, Price & Pro Forma Information. Traditional hard copies of plans and specifications will NOT be available for this project, but will be available for viewing and/or downloading via the Honolulu District Contracting Website on or about 17 November 2006 at http://www.poh.usace.army.mil/CT/CT.htm. Contractors must be registered in FedTeDS to view/download plans and specifications. A link to FedTeDS can be found at https://www.fedteds.go v/. Solicitation documents will NOT be issued on CD-ROM format unless the Government determines it to be necessary. If the Government determines that issuance of the initial solicitation on CD-ROM is necessary, the CD-ROM will be provided at no cost to sel f-registered Contractors at the aforementioned website. However, the Government reserves the right to issue follow-on amendments to the solicitation on the website. It is therefore the responsibility of the Contractor to check the Honolulu District Contrac ting Website daily for any posted changes to the solicitation. All offerors are encouraged to visit the Army Single Face to Industry Website at: https://acquisi tion.army.mil/asfi to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR internet address is: http://www.ccr.gov. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime Contractors or as members of joint ventures with other small businesses, and all interested Contractors are reminded that the successful Contractor will be expecte d to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN01168800-W 20061022/061020220706 (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.