Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

Y -- NEW AND REPLACEMENT ARMY HOUSING, FT MCCOY, WI

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F07R0018
 
Response Due
5/25/2007
 
Archive Date
7/24/2007
 
Small Business Set-Aside
8a Competitive
 
Description
30 March 2007 Federal Business Opportunities Information Solicitation No. W9128F-07-R-0018 On or about 16 Apr 2007, this office will issue Request for Proposals for design and construction of NEW AND REPLACEMENT ARMY HOUSING, FT MCCOY, WI. Proposals will be due on or about 25 May 2007. This solicitation is RESTRICTED TO 8A COMPETITIVE One site visit will be held at the South Post Housing Area at Ft McCoy, Wisconsin at a date to be determined later. For information about the site visit contact the following: Mr. Ken Green, Ft McCoy Project Office, U.S. Army Corps of Engineers, Telephone: (608)388-8939. FAX (608)388-4847. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See 'Obtaining Solicitation Documents' below. The work will include the following: (Approx. quantities) This is a Design-Build Project. The work consists of design and construction of the New and Replacement Army Housing project at Ft McCoy, Wisconsin. The work consists of demolition of 12 existing housing units and replacing - construction of 13 new officer and enlisted family housing quarters. The family housing units will consist of 1 Senior Officer (SO) four-bedroom unit, 1 Field Grade Officer (FGO) four-bedroom unit, 3 Company Grade Officer (CGO) units (1 three-bedroom and 2 four-bedroom), 4 Senior Noncommissioned Officer (NCO) units (2 three-bedroom and 2 four-bedroom) and 4 Junior Noncommissioned Officer (JNCO) units (2 three-bedroom and 2 four-bed room). The project will be constructed on a new site and replace 1 historic unit that will be divested and 12 existing inadequate units that will be demolished upon completion of the replacement construction. Construction will consist of single, one and tw o-story houses that are factory-built/manufactured and/or conventionally on-site constructed houses. Demolition of the 12 existing housing units includes asbestos and lead-based paint abatement. The project will provide individual heating and air-condition ing controls, hard-wired interconnected smoke and carbon monoxide detectors, storage within garages, a fenced patio, full landscaping, and all equipment and appliances for functional living units. Supporting facility work includes all required underground utility services with individual meters for each unit, information systems (telephone and cable TV), roads, driveways, sidewalks, street lighting, landscaping, and recreation amenities. One of the houses will be accessible and easily modifiable to accommod ate the requirements of the handicapped. RFP Evaluation - Firms participating in the RFP will submit technical requirements and will be evaluated based on the best value approach considering technical elements for evaluation - e.g., Experience, Past Performance, and Project Management Plan as exp lained in the solicitation and also Price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be subjectively evaluated for realism and reasonableness. The estimated design and construction cost of this project is between $2,500,000 and $5,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineer s considers the following goals reasonable and achievable for this contract: (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1.5% of planned subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 365 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in t he time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. 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 (ORCA) at http://orca.b pn.gov. Representations and certifications are required to 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 u pdate to ORCA. Obtaining Solicitation Documents: This office will no longer send copies via paper or CDS of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeDS. FedTeDS is a web-based dissemination tool designed to safeg uard 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 FedTeDS in note 2 below. The process to download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps at: www.fbo.gov 2. Once you open the solicitation announcement on Fed Biz Opps, 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 to 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 b elow 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 Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders 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 distinguish between General Contractor, Su bcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Federal Data Technical Solutions or FeDTeDS will add a similar feature in the near futu re. Questions regarding the ordering of the same should be made to: 402-221-3705. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: (402)221-4552 or Specification Section at: (402)221-4411. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102-1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01263198-W 20070401/070330221042 (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.