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 PNs 61873/59557 RSTA Barracks Complex, Schofield Barracks, Island of Oahu, 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-0005
 
Response Due
1/3/2008
 
Archive Date
3/3/2008
 
Point of Contact
Joy Sakamoto, 808-438-8593
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu
(joy.t.sakamoto@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this project is to design and construct two phases of new barracks and associated facilities for RSTA (Reconnaissance, Surveillance, Targetry, Acquisition). Project requirement for PN 61873 (Phase I) is to construct one standard desig n barracks for 200 persons and a Central Plant. Per Tab H of the 1391, demolition plan includes a total of 8 buildings - 10,882 SF (Bldgs 2458, 2459, 2460, 2462, 2466, 2467, 2468 and 2469). Project requirement for PN 59557 (Phase II) is to construct one standard design barracks for 200 persons. Per Tab H of the 1391, demo plan includes a total of 5 buildings - 14,779 SF (2479, 2480, 2482, 2486 and 2488). The RSTA projects are subject to MILCON Transformation requirements, therefore all buildings will be standard design IAW the Model Design-Build RFP developed by various components of the Dept of the Army. This is an unrestricted procurement utilizing Electronic Bid Sets (EBS). A pre-proposal conference is currently scheduled to be held at Building 230, Fort Shafter, Oahu, Hawaii from 1:00 PM to 4:00 PM on December 14, 2007. Estimated cost 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 information for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of three highest-rated Offerors to submit a technical and c ost proposal for consideration by the Government. 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 bot h the rating received in Phase 1 and the evaluation 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 consist s of the following: PHASE 1 PROPOSAL - Specialized Experience, Past Performance, Key Project Personnel, Organization and Technical Approach and Evidence of Ability to Obtain Bonding. PHASE 2 PROPOSAL - Building Functional and Aesthetics, Quality of Build ing Systems and Materials, Site Design, Sustainability Requirements, Key Subcontractors, Proposed Contract Duration and Summary Schedule, Past Performance on Utilization of Small Business Concerns, Price & Pro Forma Information. Traditional hard copies o f plans and specifications will NOT be available for this project, but will be made available for viewing and/or downloading via the Honolulu District Contracting Website O/A December 3, 2007 at http://www.poh.usace.army.mil/CT/CT.htm. Solicitation docume nts will NOT be issued on CD-ROM format unless the Government determines that it is necessary. If the Government determines that issuance of the initial solicitation on CD-ROM is necessary, the CD-ROM will be provided at no cost to self-registered contrac tors at the website mentioned above. However, the Government reserves the right to issue follow-on amendments to the solicitation on the website. It is therefore Contractor responsibility to check the Honolulu District Contracting Website daily for any p osted changes to the solicitation. Single Face to Industry Website at: https://acquisition.army.mil/asfi to view other business opportunities. Offerors should register themselves on the Honolulu District Contracting Website to view/download a copy of thi s solicitation. 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. Small, small disadvantaged and women-owned small bu siness concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors a re reminded that the successful contactor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN01454032-W 20071118/071116231209 (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.