Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
MODIFICATION

Y -- Modification to previous annoucement of Consolidated Family Care.Troop.Medical.Dental Clinic & Hospital Addition & Dental Clinic,Fort Carson, Colorado

Notice Date
10/2/2007
 
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-0030
 
Response Due
11/15/2007
 
Archive Date
1/14/2008
 
Point of Contact
Diana Vanderzanden, 402-221-4044
 
Small Business Set-Aside
N/A
 
Description
Consolidated Family Care.Troop.Medical.Dental Clinic & Hospital Addition & Dental Clinic Fort Carson, Colorado Unrestricted Solicitation Best Value, Two-Phase Design Build Request for Proposal On or about 12 October 2007, this office will issue Request for Proposals for the Design Build two phase of the Consolidated Family Care Troop Medical Dental Clinic & Hospital Addition & Dental Clinic located at Fort Carson, CO. Proposals will be received for Phase 1 on or about 15 November 2007. This solicitation is unrestricted and open to both large and small business participation. 236220 NAICS Commercial/Institutional Bldg. Construction, Small Business Size Standard is $31 Million Dollars. A tentative pre-proposal conference and site visit is scheduled for 23 October 2007 at Ft. Carson AFB. Point of contact is Ms Carmen Walker at Phone (719-526-5448) or Fax (719-526-5365). The work will include the following: Any quantities are approximations The project will utilize design-build best practices for procurement of the new medical and dental clinic included in this solicitation. The best practices are; two-phase delivery as allowed by the Federal Acquisition Regulation, short-listing to three fi rms for Phase II of the competition, providing narrative performance specification with substantiation, utilizing Interim Interviews during the competitive process, and reserving the right to implement an Award Fee Program of Incentives after contract awar d. This project includes a 153,350 square foot new medical and dental clinic to be connected to the Evans Army Community Hospital at Ft. Carson, CO. The current project scope includes the relocating and expanding of a selection of the following department s: * Family Medicine * Pediatrics * Internal Medicine * Disease Management * Social Work and the Family Advocacy Program * Outpatient records and Patient Administrative Division (PAD) * Orthopedics / Podiatry * Physical Therapy * Occupational Therapy * Chiropractic Clinic In addition the clinic will probably include the following new services: * A 24-chair Dental Clinic * Outpatient Pharmacy * Specimen Collection Laboratory, * Basic Diagnostic Radiology 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 requirements is included for all facilities per Department of Army guidance. Special requirements may include special foundations due to expansive soils prevalent at Fort Carson; Energy Monitoring Control Systems and Intrusion Detection Systems. Comprehensive building and furnishings related interior design services may also be required. Method for procurement of and installation of furniture 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 Government Installed. Proposal Evaluation: Award of this project will be based on the two phase design/build procedures in accordance with FAR 36.3. 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. Firms will be given at least 30 days to submit a proposal for Phase 1. Pre proposal meetings will be conducted after issuance of the Request for Proposal . For Tier 1 or Ind ustrial facilities in particular, firms will be evaluated for their experience in completing similar projects in the commercial sector using modular, pre-fabricated or pre-engineered , panelized or tilt-up building solutions, and their demonstrated ability to deliver similar projects at reduced time and cost. Approximately up to three firms will be considered to propose on Phase 2 depending upon the interest that was received in Phase 1. In accordance with FAR 36.303-1, only those firms that are pre-qualified in Phase 1 will be encouraged to submit technical and price during Phase 2. Interim interviews will be scheduled during Phase 2. The estimated design and construction cost of this project is between $60 and $70 Million. 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 Enginee rs considers the following goals reasonable and achievable for fiscal year 2007. (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 planne d subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. 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 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 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, yo u 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 offerors 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 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, Fed eral 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, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to commun icate 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 shou ld be made to Diana Vanderzanden at (402) 221-4044 or Ms. Sharon Spohn (402) 221-4102. Telephone calls regarding Small 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. Steve Wong at: (712) 526-4052 or Specification Section, Mr. Douglas Larsen at: (402) 221-4547.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01426952-W 20071004/071002224102 (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.