Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2007 FBO #2183
SOLICITATION NOTICE

Y -- FY08 MCA PN50950 Barracks Complex (WBR Phase 6B), Wheeler Army Airfield, Hawaii

Notice Date
11/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-08-R-0006
 
Response Due
1/3/2008
 
Archive Date
3/3/2008
 
Point of Contact
Jennifer Ko, 808-438-8564
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu
(jennifer.i.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted procurement for FY08 MCA PN50950 Barracks Complex (WBR Phase 6B), Wheeler Army Airfield, Hawaii. This project is to design-build a standard design barracks complex. Provide energy monitoring and control systems (EMCS), fire alarm detection and reporting systems, automatic building sprinklers, and force protection measures. This project will also provide a central plant building, connecting roads, one new parking lot, AC pavement overlay for perimeter roads, and motorcycle sh eds and trash enclosure in the new barracks parking area. Antiterrorism/Force Protection will be provided by resistance to progressive collapse, special windows and doors, and site measures. Supporting facilities include new and relocated utilities; site d rainage system, electric service, exterior lighting; fire protection and alarm systems; paving, walks, curbs and gutters; parking, striping and signage; off-site storm drainage system; information systems associated with the facilities; site improvements; and road improvements. The estimated cost of the project is between $25 Million and $100 Million. This is a 2-Phase Design-Build Best Value solicitation process. Phase 1 process requires potential offerors to submit their performance and capability info rmation for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will short-list no more than four Phase 1 offerors to submit technical and cost proposal for consideration in Phas e 2. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect both the rating received in Phase 1 and the evalu ation rating received in Phase 2. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The proposal process for this 2-Phase procurement consists of the following: PHASE 1 PROPOSAL Specializ ed Experience, Past Performance, Organization and Technical Approach. PHASE 2 PROPOSAL Design Technical, Phase 1 Proposal Evaluation Factor, Remaining Performance Capability Proposal, Utilization of Small Business Concerns, and Price & Pro Forma Informatio n. Traditional hard copies of plans and specifications will NOT be available for this project. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Technical Data Solutions (FedTeDS) website via acces s through the Federal Business Opportunities (FedBizOpps) website located at http://www.fbo.gov/ on or about December 3, 2007. Offerors must be registered in FedTeDS to view/download plans and specifications. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register in CCR, go to http://www.ccr.gov. It is the offerors responsibility to check for any posted changes to the solicitation. All offerors are encouraged to visit the Honolulu District Contracting Division's website at http://www.poh.usace.army.mil/CT/CT.htm to view other business opportunities. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded t hat the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged an d women-owned small business concerns in accordance with the provisions of Public Law 95-507. Point of contact is Kris Nakashima at 808-438-8567 or email kris.e.nakashima@usace.army.mil.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN01454031-W 20071118/071116231208 (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.