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 -- Harmony Church Troop Medical/Dental Clinic Fort Benning, Georgia

Notice Date
11/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-R-0003
 
Response Due
11/16/2008
 
Archive Date
1/15/2009
 
Point of Contact
Jennifer Murphy, 912-652-6147
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(jennifer.l.murphy@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. The project will be solicited and procured using a Best Value Decision based on the Two-Pha se Design Build process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The estimated cost range is $10,000,000 to $25,000,000. Options may be included. This solicitation will be issued in electronic format only. Paper copies of th is solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR, in order to download RFP documents contractors and their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov. In order to locate solicitations Contractors can go to Fedbizopps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that other can access through the Fedbizopps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. Description of work: Construct a Troop Medical/Dental Clinic. Primary facilities include the troop medical clinic, dental clinic and the building information systems. The work will include commissioning, installation of intrusion detection system and connection to the energ y monitoring and control system. Supporting facilities include utilities, walks, curbs and gutters, storm drainage, site improvements and building information systems. Minimum Department of Defense Antiterrorism requirements will be met. Access for indiv iduals with disabilities will be provided. The following evaluation factors and level of importance will be used in the Phase I selection process. FACTOR 1 -1  CORPORATE RELEVANT SPECIALIZED EXPERIENCE; FACTOR 1-2 - PAST PERFORMANCE and FACTOR 1-3  TE CHNICAL APPROACH NARRATIVE are Phase I factors. FACTOR 1-1 is more important than FACTOR 1-2 and 1-3. FACTOR 1-2 is equal in importance to FACTOR 1-3. FACTORS 1-1, 1-2, and 1-3 together are equal in importance to FACTOR 2-1. The following evaluation n on-cost factors and level of importance will be used in the Phase II selection process. FACTOR 2-1  DESIGN TECHNICAL; FACTOR 2-2  PROPOSED CONTRACT DURATION AND SUMMARY; FACTOR 2-3  SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION are Phase II factor s. FACTOR 2-1  DESIGN TECHNICAL contains four sub-factors and they are: SUB-FACTOR 2-1-1: BUILDING FUNCTION AND AESTHETICS, SUB-FACTOR 2-1-2: QUALITY OF BUILDING SYSTEMS AND MATERIALS, SUB-FACTOR 2-1-3: SITE DESIGN, and SUB-FACTOR 2-1-4: SUSTAINABILITY REQUIREMENTS. FACTOR 2-1 is equal in importance to all Phase 1 factors combined. SUB-FACTOR 2-1-1: BUILDING FUNCTION AND AESTHETICS is a most important sub-factor equal in importance to Quality of Building Systems and Materials sub-factor. SUB-FACTOR 2-1-2: QUALITY OF BUILDING SYSTEMS AND MATERIALS is a most important sub-factor equal in importance to Building Function and Aesthetics sub-factor. SUB-FACTOR 2-1-3: SITE DESIGN is slightly less important than Building Function and Aesthetics and Qualit y of Building Systems and Materials sub-factors. SUB-FACTOR 2-1-4: SUSTAINABILITY REQUIREMENTS is slightly less important than Site Design sub-factor. FACTOR 2-2: PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE is slightly less important than Design Te chnical factor. FACTOR 2-3: SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION is slightly less important than Proposed Contract Duration and Summary Schedule. All non-cost factors are equal to Price in the Phase II selection process. Phase II offerors are required to submit a Price and Technical proposal. Each proposal shall contain the Offerors best technical proposal and best price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government re serves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Network Analysis will be required. This soli citation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. Phase One for this solicitation will be issued in electronic format only and will be available on or about 3 December 2007. Notification of am endments will be through use of FedTeDS. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. For additional information or assistance, please contact Jennifer Murphy, Contract Specialist, (912) 652-6147 or via email at jennifer.l.mur phy@usace.army.mil. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01454045-W 20071118/071116231223 (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.