Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
DOCUMENT

Y -- Design-Build Request for Proposal Combined FORSCOM/USARC Headquarters, Fort Bragg, North Carolina - Modification 4

Notice Date
4/21/2008
 
Notice Type
Modification 4
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-R-0020
 
Response Due
2/13/2008
 
Point of Contact
Christopher D Reinhardt, Phone: 912-652-5148, Terrence D. Johnson, Phone: 912-572-5072
 
E-Mail Address
christopher.d.reinhardt@usace.army.mil, Terrence.d.johnson@usace.army.mil
 
Description
NAICS: 236220 FSC Code: Y199 Contractual Questions: Christopher Reinhardt (912) 652  5148 Technical Questions: Catherine Bingham (912) 652  5755 NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://www.fedteds.gov. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. Description of work: Design and construct the Combi ned FORSCOM/USARC Headquarters at Fort Bragg, North Carolina. The design-build project includes design services, site demolition and preparation, construction of utility infrastructure and approximately 700,000 square feet (SF) of Command Headquarters off ice space and associated communications buildings. The project will be incrementally funded in FY-08, FY-09 and FY-10. The Combined FORSCOM/USARC Headquarters will provide a complex at Fort Bragg to replace the existing two separate U.S. Army Forces and R eserve Command Headquarters at Fort McPherson. The complex will consist of a Command Headquarters Building, an Installation Processing Node (IPN), Directorate of Information Management (DOIM) Administrative Building, DOIM Operator Services Building Expans ion, Information Technology (IT) Building Expansion, a Disaster Recovery Center (DRC), and an Energy Plant. The facilities include command suites, classified meeting/video teleconferencing (VTC) areas, special staff areas, directorate general officer sui tes, a sensitive compartmented information facility with VTC, a FORSCOM Operations Center with mezzanine, map/drawing storage, classified message center, information network operations center, theater, classified and unclassified meeting rooms, law library, open office areas, raised floors, loading dock, equipment storage and staging areas, manned entry control points, personnel security scanning equipment and turnstiles, waiting area, passenger elevators, ceremonial display lobby, and redundant/emergency e lectrical supply. All buildings will include a raised floor system. The Installation Processing Node and Disaster Recovery Center will include classified computer area, network monitoring area and communications room, redundant emergency UPS power supply, and redundant HVAC. Construction will include an energy plant with boilers, chillers, cooling towers, emergency power generation and load centers, fuel storage and a loading dock. Construction will also include fire alarm and suppression systems, and i ntrusion detection system (IDS). Provisions will be identified for connection to the central energy monitoring and control system (EMCS), interior communications, and building information systems. Supporting facilities include utilities; sanitary sewer l ift station; roads; parking; walks, curbs and gutters; storm drainage; erosion control; retention basins; information systems; site improvements and landscaping; anti-terrorism/force protection (AT/FP) measures; and exterior communications and building inf ormation systems. Access for the handicapped will be provided. Six existing buildings will be demolished (approximately 56,000 SF). Demolition requirements may include asbestos abatement and underground fuel storage tank removal and disposal. Comprehen sive interior design services as well as furniture procurement are required. The project will be solicited and procured using a two step design-build request for proposal in accordance with FAR 36.3. Phase I Offerors are required to submit past perf ormance, specialized experience and organization and technical approach information. 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 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 acceptability rests with the Offeror. PHASE I FACTORS: FACTOR 1  SPECIALIZED EXPERIENCE is the most important factor. FACTOR 2  PAST PERFORMANCE is slightly less important than factor 1. FACTOR 3  ORGANIZATION AND TE CHNICAL APPROACH is slightly less important than factor 2. PHASE II FACTORS: FACTOR 1  DESIGN TECHNICAL is the most important and is comprised of the following four subfactors: SUBFACTOR 1 - BUILDING FUNCTIONAL AND AESTHETICS is the most importa nt subfactor, SUBFACTOR 2 - QUALITY OF BUILDING SYSTEMS AND MATERIALS is equally important with subfactor 1, SUBFACTOR 3 - SITE DESIGN is slightly less important then subfactors 1 and 2, SUBFACTOR 4 - SUSTAINABILITY REQUIREMENTS is slightly less important then subfactor 3. FACTOR 2 - PHASE 1 PROPOSAL ROLLUP EVALUATION is slightly less important than FACTOR 1. FACTOR 3  REMAINING PERFORMANCE CAPABILITY is slightly less important than FACTOR 2 and is comprised of the following two subfactors: SUBFACTOR 1  PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE is the most important subfactor, SUBFACTOR 2  KEY SUBCONTRACTORS is slightly less important than subfactor 1. FACTOR 4  UTILIZATION OF SMALL BUSINESS CONCERNS is slightly less important than factor 3. FA CTOR 5 - PRICE (Standard Form 1442 and Proposal Bid Schedules) is slightly less important then factor 4. The anticipated cost range is $250,000,000 - $500,000,000. Options may be included. Network Analysis will be required. This solicitation is i ssued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. Phase I of this solicitation will be issued in electronic format only and will be available on or about 15 Days from FEDBIZOPS on the internet at http:// www.fedteds.gov. Notification of amendments will be through use of the internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the internet address provided as necessary for any post ed changes to this solicitation and all amendments. For additional information or assistance, please contact Chris Reinhardt Contract Specialist, 912-652-5148 or via email at Christopher.D.Reinhardt@usace.army.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-04-11 14:01:07">Apr 11, 2008 2:01 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-04-21 15:56:50">Apr 21, 2008 3:56 pm Track Changes W912HN-08-R-0020 Combined FORSCOM/USARC Headquarters Fort Bragg, NC. Contract Specialist: Christopher Reinhardt 912-652-5148 Project Manager: Catherine Bingham 912-652-5755 THIS NOTICE IS NOT INTENDED TO SOLICIT INTEREST FROM NEW CONTRACTORS FOR THIS RFP, BUT TO NOTIFY POTENTIAL SUBCONTRACTORS OF THE PRIME CONTRACTORS SELECTED TO PARTICIPATE IN THE SECOND PHASE OF THIS TWO-PHASE DESIGN BUILD PROJECT. Phase One has concluded and Offerors have been selected to proceed to Phase Two. The following Offerors will be provided RFP documents and invited to participate in Phase Two: (1) Archer Western / Caddell Joint Venture POC: Richard Charleson, rcharleson@walshgroup.com, (312) 563-5446; (2) M.A. Mortenson Company POC: Mark Schmidt mark.schmidt@mortenson.com, Bob Shawgo bob.shawgo@mortenson.com, Eric Campbell eric.campbell@mortenson.com (763) 522-2100; (3) Hensel Phelps Construction Co. POC: Ted Pritekel tpritekel@henselphelps.com, Lisa Novak lnovak@henselphelps.com (703) 828-3200; (4) Gilbane Building Company POC: Matt Weirich mweirich@gilbaneco.com (301) 317-6180. This project is being issued subject to the availability of funds. Phase Two documents will be issued on or about 23 April 2008. Phase Two proposals will be due approximately ninety (90) days from the date of issuance. Phase Two documents are FOR OFFICIAL USE ONLY. Interested subcontractors are encouraged to contact the selected Phase Two Offerors. For additional information or assistance, please contact Christopher Reinhardt, Contract Specialist, 912-652-5148 or via email at christopher.d.reinhardt@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c6d8cf2156b76f43850f8d68812a4de&tab=core&_cview=1)
 
Document(s)
Modification 4
 
File Name: POC for Phase II Offerors (FEDBIZOPS Phase II Offerors Notice POCs.doc)
Link: https://www.fbo.gov//utils/view?id=dde5c1201d63641bb9600c681426e6e6
Bytes: 26.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN01557854-W 20080423/080421214928-2c6d8cf2156b76f43850f8d68812a4de (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.