Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

Y -- Physical Fitness Center, Fort Bliss, Texas

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-07-R-6010
 
Response Due
8/10/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
N/A
 
Description
This solicitation will be a unrestricted, Single Award Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services, to include (but not limited to) planning, design, and the construction of a Physical Fit ness Center within the boundaries of Fort Bliss, Texas. SCOPE OF WORK: Physical Fitness Center. This contract will include all management, supervision, labor, materials, and equipment necessary to provide a complete and functional Physical Fitness Center and supporting facilities. The contractor must coordinate with the Land Development Engineer, local utility providers, and local/state roadway agencies as applicable during design and construction of the Physical Fitness Center. The Physical Fitness Facility the approximate size 120,125 SF consisting of design and construction to include: gymnasium, fitness assessment room, weight rooms, cardio rooms, aerobic rooms, climbing wall, combative areas, boxing room, indoor running trac k, concessions/pro-shop, multi-use rooms, concrete walled racquetball courts, locker rooms (sized and located to eventually add an aquatic center , Project Number 57434), saunas (separate men's and women's), public toilets, information systems, offices, an d meeting area with smart classroom capabilities (for large briefings and sports/fitness meetings/lectures). Supporting facilities include utilities, air conditioning, electric service, fire protection and alarm systems, paving, walks, curbs and gutters, s torm drainage, landscaping and site improvements. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related interior design services are required. Typical work for the project may include, but is not limited to 1) planning, design, estimating, and construction 2) site verification and design 3) site engineering to include subsurface investigations, laboratory analysis, and final geotechnical report 4 ) foundation design 5) coordination with utility providers and Land Development Engineer, and other product line contractors 6) acquiring all local, state and federal permits 7) architecture and interior design to include building exterior and interior, an d signage 8) design of telecommunications systems and service 9) heating, ventilation, and air conditioning to include building automation systems, testing, adjusting and balancing, and commissioning 10) energy conservation 11) fire protection 12) site ele ctrical systems 13) meetings and design review conferences 14) quality control systems 15) safety plans 16) environmental protection through the following products: environmental protection plans, incorporating protection features, environmental 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, archaeological, and cultural res ources, protect biological resources, integrated pest management, post construction clean-up 17) scheduling and phasing 18) preparation of design drawings on AutoCadd 19) and development of as-built drawings. CONTRACT INFORMATION: This solicita tion will be evaluated under the Two Phase Design Build Process. The first phase consists of a process known in the commercial design- build industry as the Request for Qualifications or the acronym: RFQ. (This solicitation refers to it as Phase 1) . In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting fr om this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will short-list no more than four of the Phase 1 Offerors to compete for the de sign-build contract in Phase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals, a preliminary schedule and a price proposal. The Government wil l evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, 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 capability, and cost. The following evaluation criteria listed for Phase I and Phase II are proposed as follows: Phase I -Volume I (Performance Capability) - Organizational Structure and Business Management Plan; Team/Corporate Experience; Specialized Experience; Past Performance Information; Key Project Personnel Capabilities and Experience; and Financial Capability. Phase II Volum e I (Remaining Performance Capability Proposal): Key Subcontractors; Preliminary Schedule; Subcontracting Plan - Large Business Offerors; Past Performance on Utilization of Small Business Concerns. Volume II (Design-Technical Information): Building F unctional Arrangement; Building Aesthetics; Minimum Space and Facility Size; Building Systems and Material Quality; Site Design; Sustainable Design Requirements; and Oral Presentation. Volume III (Price and Pro Forma): Price; and Self Performed Work R equirement. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $28.5 Million. The magnitude of the projects is between $25 million and $50 million. Estimated solicitation issue date is on or about July 11, 2007 under solicitation number W9127S-07-R-6010. Phase 1 Proposals are anticipated to be due on or about August 15, 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. Plans and specifications w ill not be provided in a hard paper copy. 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 dai ly 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. FedTeDS is a web-based disseminat ion 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.g ov) 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 follo wing Internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9127S-07-R-6010 All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view ot her 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. You are advised that FedTeDS currently does not have a Plan Holders List capability. Therefore, offerors are encouraged to register as a Interested Vendor on the www.FedBizOps.gov website. You will not be able to download plans from this site; however it will provide a line to the file on FedTeds (you must be registered with FedTeds to download files). The contract specialist for this solicitation will be Dudley.A.Smith, 501-324-5720; or by e-mai l at Dudley.A.Smith@us.army.mil.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01320303-W 20070617/070615223840 (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.