Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
MODIFICATION

Y -- Pre-Solicitation Notice Amendment 2

Notice Date
1/11/2008
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R-0005
 
Response Due
2/15/2008
 
Archive Date
4/15/2008
 
Point of Contact
Aaron Kelly, 256-895-1295
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(aaron.a.kelly@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
This amendment changes the Solicitation Release Date, the estimated Response date, Phase II evaluation Factors, and corrects wording to include Child, Youth and Community Centers (CYC). Single Award Task Order IDIQ Contract (SATOC) for Constru ction and/or Design of Child, Youth and Community Centers (CYC) for the Northwest Region (WA, OR, ID, MT, WY, UT, CO, KS, NE, ND, SD MN, IA, MO, WI, MI, IL, IN, OH). This acquisition is being offered for competition limited to eligible 8(a) concerns. The proposed IDIQ contract consists of one (1) base year and four (4) option years. The SATOC contract will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Re gulation (FAR) Subpart 36.3. Phase I (one) of the solicitation process will narrow the number of offerors eligible for consideration during Phase II (two) of the process, to three or fewer eligible offerors. Task orders issued under this SATOC will be fi rm-fixed price. The total magnitude of this MATOC is estimated at between $$25,000,000 and $100,000,000. The magnitude of the seed project is estimated at between $5,000,000 and $10,000,000. Task orders awarded under this IDIQ contract may include optio ns. Description of work: Task Orders issued under this contract will be for the design and construction, or the construction only, of Child, Youth and Community Centers (CYC). CYCs encompass but are not limited to Child Development Centers (CDC) for Infants and Toddlers, School Age Children, Army Community Centers, and Youth Activity Centers. As CYCs the projects could include multi-purpose rooms, administrative offices, full service kitchen, separate adult and children's bathrooms, equipment sto rage, staff training rooms, central registration area, and enlarged mechanical room. Child, Youth and Community Centers have design features focused on the safety of children. The electrical and plumbing design is unique to the safety needs of children. The design and construction criteria for other features such as the HVAC, flooring, doors, and countertops all must meet the standards for the safety and health of children. Development of the facility may also include associated site development necessa ry to construct CYC Facilities. Development of these facilities may also include all associated site development required including all site planning; clearing; grubbing; grading; installation of utility infrastructure; and, installation of roads, service access, parking, and landscaping. Comparable projects in the private sector that are similar to the construction contemplated include: office type buildings, child care facilities, schools, and youth centers. This solicitation will be issued in electron ic format only. Paper copies of this 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.ccc.gov prior to submission of Phase I proposals . In order to inspect and download RFP documents without charge, contractors and their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov, once their CCR registration is complete. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge, contractors can search for the solicitation by solicitation number. Contractors can register to be put on a plan holders list that others 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. The evaluation factors and their importance for this SATOC are listed below: The evaluation factor s for Phase I are: FACTOR 1 Specialized Experience, FACTOR 2 Past Performance, and FACTOR 3 Organizational and Technical Approach. The evaluation factors and t heir associated levels of importance for Phase II are: FACTOR 1 Design Technical, FACTOR 2 Remaining Performance Capability, FACTOR 3 Price. The Factors of each Phase will be broke down further in their associated RFP. All non-cost factors, when combined , are significantly more important than 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 suffic ient detailed information to allow complete evaluation. The Government reserves 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 accepta bility rests with the Offeror. Phase One for this solicitation will be issued in electronic format only and will be available on or about 14 January 2008. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 15 February 2008 and will be stated in the solicitation.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01484040-W 20080113/080111225642 (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.