Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

Y -- Vehicle Maintenance Complex, Fort Bragg, NC

Notice Date
10/30/2006
 
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-0011
 
Response Due
11/16/2007
 
Archive Date
1/15/2008
 
Small Business Set-Aside
N/A
 
Description
Contractual Questions: Paige Brosch, 912-652-5138. Technical Questions: Cleveland Harding 912-652-5556. The contract will be Firm -Fixed Price (FFP). The project will be solicited and procured using a Best Value Decision based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The estimated cost range is $35,000,000.00 to $50,000,000.00. Option may be included. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, in order to download RFP documents contractors a nd their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Offerors can also locate s olicitation link at https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm?Seldist=SAS. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. Description of work: This project will consist of the construction of a vehicle maintenance complex. The complex will include vehicle maintenance facil ities, organizational storage buildings, petroleum/oil/lubricant storage buildings, sentry stations, organizational vehicle parking hardstands, and open storage areas. The vehicle maintenance facilities include general maintenance bays, a maintenance pit, general item and compact item repair areas, weapons repair areas, welding areas, special environment shops, battery shops, generator shops, fire protection systems, traveling bridge cranes, shop control, arms storage vaults, crypto vaults, and loading doc ks. Supporting faculties include water, sewer, storm water drainage and detention ponds, sewer lift station, security lighting, fencing, vehicle parking areas, sidewalks, force protection measures, site improvements and landscaping. Heating and air condi tioning will be provided by self-contained units. The project will require demolition of 27 existing buildings. 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 f actors 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 Lev el 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 T wo 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 proposal and best price. Award will be made to an Offe ror whose technical submittal and price propo sal 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. Off erors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Phase One for this solicitation will be issued in electronic format only and will be available on or about 16 November 2006.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01173105-W 20061101/061030220523 (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.