Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
SOLICITATION NOTICE

Y -- Design Build Ammunition Storage Facilities Construction in the Ft Bliss Area, El Paso, TX

Notice Date
11/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-07-R-0005
 
Response Due
1/11/2007
 
Archive Date
3/12/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Presolicitation Notice This solicitation is issued as a competitive HUBZone Small Business Set Aside acquisition for award of the Design-Build Ammunition Storage Facilities in the Fort Bliss Area, El Paso, TX. FOR INFORMATION ONLY: This contract is required by the Armys initiatives under the Base Realignment and 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 capabilities 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 maintena nce shops, unit 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 Divisions will be assig ned 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 will scope, negotiate, 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, submittals, and modifica tions. 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 ongoing 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 work consists of the design build of ammunition storage and support facilities. The facilities include standard design earth covered ammunition bunkers Class 1.1, 500,000 lb and 350,000 lb storage building, sentry station, administratio n building addition, construction of a salvage yard area, the installation of Intrusion Detection System, (IDS) and Information Systems. Supporting facilities include utilities; electrical service, water sewer, gas, paving, curbs and gutters, storm draina ge and Anti-terrorism/force protection measures to include perimeter security fencing, lightning, CCTV system and phone lines. Typical work for the Ammunition Storage facilities 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) coordination with utility providers 6) acquiring all local, state and federal permits 7) sustainable design solutions to meet a minimum LEED Silver to support the MILCON program 8) site electrical systems 9) meetings and design review conferences 10) design configuration management 11) quality control systems 12) safety plans 13) environmental protection through the following products: environmental protection plans, incorporating protection features, envi ronmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeologic al, and cultural resources, protect biological resources, integrated pest management, post construction clean-up 14) traffic control plans 15) scheduling and phasing 16) preparation of design drawin gs on AutoCadd and Microstation 17) and development of as-built drawings. CONTRACT INFORMATION: This solicitation will be evaluated utilizing best value acquisition procedures. The Government will evaluate the proposals in accordance with the criteria described in the solicitation and award a Contract to the responsible Offer or, whose proposal conforms 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 quality and price/cost. The followi ng evaluation criteria listed are proposed: 1) Past Performance 2) Relevant Specialized Experience 3) Management Effectiveness and 4) Price. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 Commercial Building Construction which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. The total estimated dollar value is est imated not to exceed $15.5M. The estimated duration of the contract award is 19 months after notice to proceed. The solicitation will be issued on or about 12 Dec 2006 under solicitation number W912HY-07-R-0005. Proposals are due on 11 Jan 2007. 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 acquisition. There will be no public bid opening. This solicitation is set aside as a competitive acquisition under the HUBZone Small Business Set Aside Program. Offerors must be listed on the Small Bu siness Administration's (SBA's) current HUBZone in order to be considered for award. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. Tech nical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet . FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. 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/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912HY-07-R-0005 . It i s the offerors responsibility to monitor the FedBizOpps web site and FedTeDS web site (using the above link) for amendments to the solicitation. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mi l/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 . All offerors are enc ouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors shall register themselves to be included on the plan holders list. 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. The Contract Specialist for this solicitation will be Maria Rodriguez, (409)766-6331; or by e-mail at maria.e.rod riguez@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01186752-W 20061129/061127220532 (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.