Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

Y -- Design & Construction of a new Armed Forces Reserve Center, Fort Allen National Guard Station, Puerto Rico

Notice Date
11/14/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-09-R-0013
 
Response Due
12/31/2008
 
Archive Date
3/1/2009
 
Point of Contact
Tom Dickert, (502) 315-6177<br />
 
Small Business Set-Aside
N/A
 
Description
Design and construction of an Armed Forces Reserve Center (AFRC) located on the existing parade ground bordered by Blair Avenue and 4th Street to the south, Hayes Avenue to the east and Reber Avenue to the west on the Fort Allen National Guard Station near Ponce, Puerto Rico. The AFRC will include design and construction of an approximate 43,000 square foot Training Center permanent building with administrative, educational, assembly, library, learning center, arms vault, and physical fitness areas. The project also includes construction of an approximate 2,700 square foot Unheated Storage Building. Supporting facilities include land clearing, adequate parking space for privately owned vehicles, electrical service, water, sewer, gas, walks, curbs and gutters, storm drainage, anti terrorism force protection measures, and extension of utilities to serve the project. This solicitation is a Request for Proposal (RFP). The estimated price range is between $10,000,000 and $25,000,000. This Solicitation is Phase 1 of a 2 Phase Design Build Best Value solicitation process. This process requires potential Offerors to submit their performance and capability information initially 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 five highest rated Offerors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The selected Offerors will be invited to a Pre-proposal Conference and site visit. Meeting details will be provided at a later date. 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 the evaluation rating received in Phase 2 only. A construction cost limitation will be provided with the Phase 2 technical requirements package. The proposal process for this 2-Phase procurement consists of the following: The Phase 1 Proposal: Experience of the Prime Contractor and Design Team; Technical Approach Narrative; Past Performance of the Prime Contractor and Design Team, Past Performance on Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses; and Pro Forma Information. The Phase 2 Proposal: Technical Information (Renderings, Design Drawings, and Design Narrative); Management Plan; Subcontracting Information; Bonding Information; and Price. For Phase 2, all evaluation factors, other than cost or price, when combined, are equal to cost or price. The Phase 1 Solicitation will provide project information and front-end specifications. The Phase 2 Solicitation will provide the plans, the complete Statement of Work, and technical specifications for the project. Furniture will be purchased by other contract. The Solicitation will be available by download from the Internet only. NAICS code is 236220. This is an UNRESTRICTED procurement. Size Limitation is $33.5M. Contract duration is 500 days. Approximate issue date is 1 December 2008 and approximate due date for Phase I proposals is 31 December, 2008 at 2:00 p.m. Louisville Time. Project documents will be web only. Downloads are available only through the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. This announcement serves as the advance notice for this project. Amendments will be available from the FedBizOps website by download only. Questions may be addressed to tom.e.dickert@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=142f03d85e2e292e53cd248e2521c9cb&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01704996-W 20081116/081114215928-142f03d85e2e292e53cd248e2521c9cb (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.