Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

Y -- Advanced Initiative Training (AIT) & Basic Training (BT) Barracks in the Southeast Region (AL, FL, GA, KY, MS, NC, SC, TN), primarily Fort Benning

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-R-0122
 
Response Due
11/9/2007
 
Archive Date
1/8/2008
 
Point of Contact
Sandy Nixon, (817) 886-1053
 
Small Business Set-Aside
N/A
 
Description
Single Award Task Order Contract (SATOC) for Advanced Initiative Training (AIT) & Basic Training (BT) Barracks in the Southeast Region (AL, FL, GA, KY, MS, NC, SC, TN), primarily Fort Benning The Contract Specialist for this solicitation will be Charlotte Cramer, 817-886-1082; or by e-mail at charlotte.cramer@usace.army.mil. FOR INFORMATION ONLY: This project is required by the Armys Military Construction (MILCON) Transformation initiatives under the Base Realignment and Closure (BRAC), the Global Defense Posture Realignment (GDPR) (formerly known as Integrated Global Presenc e Basing Strategy (IGBPS)), the Army Modular Force (AMF) program, and the Armys Grow the Force (GTF) initiative. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to sup port ongoing operations worldwide. The Assistant Chief of Staff for Installation Management (ACSIM) has challenged the U.S. Army Corps of Engineers (USACE) to find ways to streamline its acquisition and construction processes in order to reduce costs and speed up overall delivery of projects, while at the same time providing quality facilities. The Army requires a minimum 15% reduction in cost and a minimum 20% reduction in time to occupancy. USACE, in response thereto, created eight Centers of Standardi zation (COS) that are not only the design centers of expertise but also will become the acquisition experts for the facility types for which the COS is assigned. Forty-one facility types were identified for standardization. Of those forty-one, SWF has be en assigned responsibility for the Unaccompanied Enlisted Personnel Housing (UEPH), Basic Training (BT) Barracks, Advanced Individual Training (AIT) Barracks, Central Issue Warehouses and General Purpose Warehouses. SWF has also been requested by Army to provide a standard barracks design for the newly designated Warrior in Transition WIT) facilities. The primary execution of the work under the SWF COS responsibility will be based on facility-type Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The IDIQ contracts are based around current known requirements within four (4) geographic regions identified as Northwest (CO, IA, ID,IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY); Northeast (CT, DC, DE, MA, MD, ME, NH, NJ, NY, RI, VA, VT, WV); Southwest (AR, AZ, CA, LA, NM, NV, OK & TX); and Southeast (AL, FL, GA, KY, MS, NC, SC, TN) for an approximate value in excess $3.1 billion. SCOPE OF WORK: Advanced Individual Training (AIT), Basic Training (BT) and Warrior in Transition Barracks (WIT), or other similar facilities: Advanced Individual Training Complexes: AIT complexes are comprised of multiple facilities, consisting of Barracks/Company Operations Facilities (BCOF), Dining Facilities (DFAC), Battalion Headquarters (BN HQ), Support Facilities, and Outdoor Areas. AIT Complexes are designed as training facili ties. AIT Complexes will be programmed as a unit, rather than as individual facilities as the complete battalion drives the overall functionality of the facility. Functional, operational, and spatial relationships critical to meeting battalion training r equirements which are embedded in the operational layout of the facilities. All facility types will meet DOD Minimum Antiterrorism Standards for Buildings, latest edition. The BCOF is comprised of sleeping, latrine, classrooms, storage, and company operations components. As the BCOF is designed for able-bodied soldiers, the facility is not required to meet ADA compliance. Each two-person living suite has a minimum populati on of two and may be increased to a maximum population of three to accommodate population surges. The DFAC is will be procured through Norfolk District contracts. The BN HQ facility is comprised of administration, special functions, storage and classroom components for personnel assigned to work in those faciliti es. The BN HQ is where visitors can be received and entry into the complex controlled and has a clear and convenient pedestrian access to the BCOFs and DFAC. BN HQ facilities shall comply with the Americans with Disabilities Act (ADA) Accessibility Guide lines (ADAAG) for Buildings and Facilities. BN HQs will have private offices. The BN HQ facility will provide a staff duty station at the building entrance/reception area. Every HQ BN will provide a Secure Communications Room with a Secret Internet Prot ocol Router network (SIPRNET) connectivity in accordance with latest criteria. The AIT Site includes Outside Areas such as; a jogging track, physical training (PT) pits, vehicular and service access drives and parking areas. Exterior lighting shall be provided for parking areas, side walks, interconnecting buildings, service yards, service drives, outdoor training areas, and any required security lighting. Parking shall be provided for BN HQ staff, Company Cadre within BCOF, DFAC staff, government and service vehicles and visitors. PT Pits will be located in close proximity of the BCOF it serves. Basic Training Facilities: Basic Training (BT) complexes are required by the Army to encompass living, dining, training and administrative/command operations. BT complexes are comprised of Barracks / Company Operations Facilities (BCOF), Dining Facility (DFAC), Battalion Headquarte rs (BN HQ), and Lawn Equipment Storage Buildings (LEB). The BCOF is comprised of sleeping, latrine, classrooms, storage, and company operations components. The BCOF is designed for able-bodied soldiers and is not required to meet ADA compliance. Each two-person living suite has a minimum population of two and may be increased to a maximum population of three to accommodate population surges. The DFAC will be procured through Norfolk District contracts. The BN HQ facility is comprised of administration, special functions, storage and classroom components for personnel assigned to work in those facilities. The BN HQ is where visitors can be received and entry into the complex controlled and has a clear an d convenient pedestrian access to the BCOFs and DFAC. BN HQ facilities shall comply with the Americans with Disabilities Act (ADA) Accessibility Guidelines (ADAAG) for Buildings and Facilities. BN HQs will have private offices. The BN HQ facility will p rovide a staff duty station at the building entrance/reception area. Every HQ BN will provide a Secure Communications Room with a Secret Internet Protocol Router network (SIPRNET) connectivity in accordance with latest criteria. Lawn Equipment Storage Buildings (LEB) will provide adequate storage for maintenance equipment and materials used in the grounds-keeping and care of the BT site. The LEBs will prevent unauthorized access and protect maintenance equipment from outdoor ele ments, including rain and snow. Basic Training facility includes Outside Areas, including a jogging track, physical training (PT) pits, vehicular and service access drives and parking areas. Exterior lighting shall be provided for parking areas, side walks, interconnecting buildings, se rvice yards, service drives, outdoor training areas, and any required security lighting. Parking shall be provided for BN HQ staff, Company Cadre within BCOF, DFAC staff, government and service vehicles and visitors. PT Pits will be located in close prox imity of the BCOF it serves. Warriors in Transition Facilities: The WIT facilities will house soldiers temporarily while they are recuperating from injuries sustained during their service in the United States and overseas fighting the Global War on Terror (GWoT). These facilities will provide the best accommodations t he Army can build in gratitude for their service and sacrifice. The WIT Complexes will include separate barracks, administrative and Soldier Family Assistance Centers (SFAC) and are completely handicap accessible. The barracks will house s ingle soldiers and is intended to be similar both functionally and technically to apartment type housing in the private sector. The rooms shall be completely handicap accessible and shall include: private sleeping areas, walk-in closets, and a bathroom fo r each soldier. A living room, laundry and full service kitchen shall be shared by the room module occupants. Additional facility and functional support amenities shall be provided as outlined in the project Scope of Work. The administrative building function is to provide soldier mission direction and operational needs requirements. This facility will operate in a similar manner as the Battalion and Brigade headquarters facilities and is intended to be similar both functio nally and technically to an office building. The Soldier Family Assistance Center (SFAC) serves as a transitional facility, which bridges the gap between in the transition between family assistance and assisting the soldier in personal adjustments. Soldier assistance by family members is critical el ement in the recovery from injuries. Child care areas, financial assistance, meeting rooms, kitchenette, chaplain and other assistance type functions to accommodate both the soldier and their families are provided in this facility. All of the WIT facilities together form a complex and provides a cohesive mission in the healing process of the soldier. The does Government reserves the right to solicit this facility type separately, if determined to be in the best interests of the Gove rnment, through approval of an amendment to the acquisition plan. It is the intent of Government to issue design-build Request for Proposals (RFPs) under the contracts awarded as a result of this solicitation, which may be used as the basis for subsequent RFPs/task orders at the same or other installations within the region, i.e., adapt-build and/or as fully-designed RFP/task orders. CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonst rating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation an d will select no more than 5 to compete for the contract in Phase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals for an initial task, the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criter ia 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 Gover nment, considering technical-design quality, performance capability, and cost. To meet the minimum guarantee, the Government anticipates awarding the initial task at time of contract award unless funds are not available to award. In that case, the Govern ment will award the contract with the minimum guarantee. The following evaluation criteria listed are of descending importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase I  Specialized Experience; Past Performance; and Organization and Technical Appr oach Phase II  Volume I: Building Functional and Aesthetics; Quality of Building Systems and Materials; Site Design; and Sustainability Requirements. Volume II: Proposed Contract Duration and Summary Schedule; and Past Performance on Utilization of Sm all Business Concerns. All technical factors when combined are significantly more important than price. Estimated so licitation issue date is on or about 10/10/2007under solicitation number W9126G-07-R-0122. Phase 1 Proposals are anticipated to be due on or about 11/9/2007. (30 days from issuance of the solicitation). If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which correspon ds to SIC 1542. The Small Business Size Standard is $31 Million. SATOC: If the Contracting Officer determines that the firms proposing under this solicitation are not capable of being awarded a SATOC for the proposed estimated maximum, the Government reserves the right to award the SATOC for less than the capacity stat ed or award the initial task as a c-type, stand alone contract and advertise another solicitation for the remaining capacity. Other solicitations for similar work in this same region may be advertised to meet the Governments needs for this facility type. Once the contracts under this solicitation are awarded and there is duplicative coverage for this facility type in the same region, any requirement less than $15 million will be evaluated first for advertisement under any set-aside contract or pool of co ntracts prior. The Government will consider the current workload under the set-aside contract, performance on previous task orders, and the small business firms ability to obtain additional boding prior to making a determination. The total estimated contract capacity is $134,000,000. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to 2 Option Periods of twelve (12) months each, for a total not to exceed contract period o f 48 months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interests of the Government. The minimum guarantee will be $ 10K. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation is $20K. The maximum task order limitation for the contracts is $47,500,000. The maximum combination of o rders is $9,5000,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of this contract will be firm-fixed price. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from Large businesses must comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed a s a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1. 5%. These goals reflect the Fiscal Year (FY) 07 requirements. If the goals are increased in FY 08, the Offeror will be required to submit a subcontracting plan that is accordance with the revised goals. Plans and specifications will not be provided in a hard paper copy. 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 dissemination tool designed to safeguard acqui sition-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 FedT eDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet a fter solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-07-R-0122. Offerors must be registered with the Central Contractor Registration (CCR), in order to r eceive a Government contract award. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation and posted at http://ebs.swf.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01420386-W 20070927/070925225029 (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.