Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
MODIFICATION

Y -- Solicitation No. W9128F-07-R-0014 Barracks Complex O'Connell Blvd, PN 31469, Fort Carson, Colorado UNRESTRICTED solicitation - Best-Value, Two-Phase Design-Build (D/B) Request for Proposal

Notice Date
1/23/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-07-R-0014
 
Response Due
2/26/2007
 
Archive Date
4/27/2007
 
Small Business Set-Aside
N/A
 
Description
The following is a modification to the pre-solicitation announcement posted 12 Jan 2007. Barracks Complex O'Connell Blvd, PN 31469, Fort Carson, Colorado UNRESTRICTED solicitation - Best-Value, Two-Phase Design-Build (D/B) Request Proposal. On or about 26 January 2007, this office will issue Request for Proposals for the Design/Build two phas e of the Barracks Complex O'Connell Blvd located at Fort Carson, CO. Proposals will be received for Phase 1 on or about 26 February 2007. This solicitation is unrestricted and open to both large and small business participation. NAICS CODE: 236220 having a size standard of $31 Million Dollars. A pre-proposal conference and site visit is scheduled for 13 February 2007 at Ft. Carson AFB. Point of contact (POC) is Carmen Walker at; Phone (719-526-5448) or Fax (719-526-5365). The work will include the following: (Any quantities are approximations.) This contract will require design and construction of new unaccompanied enlisted personnel Barracks building (Approx. minimum of 46,125 SF to a maximum of 61,488 SF), a Company Oper ations Facility building (Approx. minimum of 47,220 SF to a maximum of 58, 120 SF) housing 4 companies, and supporting facilities. Each facility will be constructed within a clearly defined area of land (or footprint). Disciplines required for design wil l include but not be limited to those such as Architectural, Structural, Civil, Environmental, Electrical and Mechanical. Innovative construction techniques and facilities that allow fast track execution of the project will be necessary to meet Department of Army requirements for facility completion. Supporting facilities include such work as site work and all required support utilities, security and area lighting, information systems, fire protection and alarm systems, storm drainage, landscaping, site improvements, paving, walks, curbs, gutters, exte rior signage, and parking. Design and construction will be accomplished to meet LEED-Silver standards and to meet Anti-Terrorism and Force Protection (AT/FP) requirements is included for all facilities per Department of Army (DA) guidance. Special requirements may include special foundations due to expansive soils prevalent at Fort Carson; Energy Monitoring Control Systems (EMCS); and Intrusion Detection Systems (IDS). Comprehensive building and furnishings related interior design services are required for the Company Operations Facility. Building related interior design services are required for the UEPH buildings. Method for procurement of and installation of furnitu re for the Company Operations Facility has not yet been determined. Alternatives being considered include, but are not limited to: Contractor Furnished and Contractor Installed, Government Furnished and Contractor Installed, Government Furnished and Gove rnment Installed. PROPOSAL EVALUATION: Award of this project will be based on the two phase design/build procedures in accordance with FAR 36.3. All interested firms will be required to submit a proposal for Phase 1 (Specialized Experience, Past Performance, Key Project Personnel - Capabilities and Experience, Organization and Technical Approach, and Evidence of Ability to Obtain Bonding). Pre-proposal meetings will be conducted on a date specified in the solicitation after issuance of the Request for Proposal (RFP). For Tier 1 or Industrial f acilities in particular, firms will be evaluated for their experience and their demonstrated ability to deliver similar projects at reduced time and cost. Up to three firms will be considered to advance on to Phase 2 competition depending upon the contrac tor interest exhibited in Phase 1. In accordance with FAR 36.303-1, only those firms that are pre-qualified through evaluation in Phase 1, will be encouraged to submit technical and price proposals during Phase 2. Interim interviews with pre-qualified fi rms will be scheduled during Phase 2. The Construction Cost Limit ation (CCL) for the design and construction of this project is $22,765,000.00. The Corps of Engineers, Omaha District, will no longer send copies of solicitations via paper or Compact Disc (CD's) of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeD S. FedTeDS is a web-based dissemination tool designed to safe guard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access Fed TeDS in note 2 below. The process to download from FedTeDS is: 1. Find solicitation announcement in FedBizOpps at: www.fbo.gov. 2. Once you open the solicitation announcement on FedBizOpps, there will be a link provided to the solicitation on FedTeDS. Click on the link. 3. If you are a first time user, you will have to register as described in the information included below; if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files t o your location. Registration instructions can be found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register: 1. Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN. 2. DUNS Number or CAGE code. 3. Telephone Number. 4. E-Mail address. Obtaining Plan Holders List: If you are interested in Viewing a List of Interested Vendors or Plan Holders List and Receiving Notifications or e-mail of changes to a solicitation, Federal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and submit. This website only provides limited information and does not distinguis h between General Contractor, Subcontractor, Supplier, Plan Room, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (OR CA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractual questions should be made to Mr. Mel Vogt: 402-221-4298 or emailed to Mel.E.Vogt@usace.army.mil. A copy of any technical questions ask, should also be provided to Mr. Mel Vogt by email at Mel.E.Vogt@usace.army.mil. Telephone calls regarding Sm all Business matters should be made to Mr. Hubert Carter: 402-221-4110. Telephone calls on contents of request for proposal documents should be made to the Project Manager, Mr. Alan Ruff at: (402) 221-3806 or Specification Section, Mr. Douglas Larsen at: (402) 221-4547 with an email copy of the question asked furnished to Mr. Mel Vogt @ Mel.E.Vogt@usace.army.mil .
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01217549-W 20070125/070123220908 (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.