Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2006 FBO #1798
SOLICITATION NOTICE

Y -- Armor School Training Brigade Complex & IET Headquarters Complex, Ft. Benning, Georgia

Notice Date
10/27/2006
 
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-07-R-0013
 
Response Due
3/30/2007
 
Archive Date
5/29/2007
 
Small Business Set-Aside
N/A
 
Description
NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. This solicitation will be issued in electronic format only. Paper copies of this solicit ation will not be available. Other methods of requesting a package will not be honored Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution FedTeDs Homepage https://www.fedteds.gov/. Registration for plans and specifications should be made via FedTeDS.gov Internet Homepage. Description of work: Line Item 65056: Construct a Brigade HQ building (approx 15,400 sf), a single Battalion HQ building (approx 17,500 sf), a double Battalion HQ bldg (approx 35,000 sf), a Company Operations Facility (approx 14,600 sf), a Storage Bldg (a pprox 6,000 sf), a Dining Facility (approx 27,000 sf), and a large parade field (approx 200,000 sf) with bleachers. Including all associated parking and utilities. Line Item 64459: Construct Barracks buildings (total approx 125,015 sf), a Brigade HQ building (approx 10,500 sf), four Company Operations Facilities (approx 14,600 sf each), and an Arms Vault (approx 4,100 sf). Including all associated parking and utiliti es. The following evaluation factors and level of importance will be used in the Phase I selection process. FACTOR 1 - SPECIALIZED EXPERIENCE and FACTOR 2  PAST PERFORMANCE are Level 1 factors. FACTOR 3  KEY PROJECT PERSONNEL  CAPABILITIES & EXPERIENCE is Level 2 (slightly less than important than Level 1). FACTOR 4  ORGANIZATION AND TECHNICAL APPROACH is Level 3 (slightly less important than Level 2). FACTOR 5  EVIDENCE OF ABILITY TO OBTAIN BONDING will be evaluated on a GO-NO GO basis. The following evaluation factors and level of importance will be used in the Phase II selection process. TECHNICAL FACTORS: FACTOR 1  BUILDING FUNCTION AND AESTHETICS and FACTOR 2  QUALITY OF BUILDING SYSTEMS AND MATERIALS are Level 1 factors. FACTOR 3  SITE DESIGN and FACTOR 5  PHASE I PROPOSAL EVALUATION are Level 2 (slightly less important than Level 1). FACTOR 6  KEY SUBCONTRACTORS and FACTOR 7- PROPOSED CONTRACT DURATION are Level 3 (slightly less important than Level 2). FACTOR 9  PRICE is Level 4 (slightly less important than Level 3). FACTOR 8  PAST PERFORMANCE ON UTILIZATION ON SMALL BUSINE SS CONCERNS is Level 5 (slightly less important than Level 4). FACTOR 4  SUSTAINABILITY REQUIREMENTS will be evaluated on a GO  NO GO basis. The project will be solicited and procured using a Two Phase Design-Build Request for Proposal (RFP) in accordance with FAR 36.3. Offerors are required to submit a price and technical proposal. Each proposal shall contain the Offerors best technical pro posal and best price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offero r. The anticipated cost range is $25,000,000 to $100,000,000. Options may be included. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. Phase One for this solicitation will be issued in electronic format only and will be available on or about 01 December 2006. Notification of amendments will be through use of FedTeDs. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It i s the Offerors responsibility to check the internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional in formation or assistance, please contact Faye Hazelwood, Contract Specialist, 912-652-5619 or via email at russette.f.hazelwood@usace.army.mil. Technical Questions: Greg Hixson (912) 652  5404.
 
Record
SN01172204-W 20061029/061027220706 (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.