Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

Y -- FY09 MCA PN50950 Barracks Complex –Wheeler 205, Wheeler Army Airfield, Hawaii

Notice Date
12/30/2008
 
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, Honolulu, Attn: CEPOH-CT, Building 230, Fort Shafter, Hawaii, 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-09-R-0003
 
Archive Date
3/4/2009
 
Point of Contact
Kris Nakashima, Phone: (808)438-8567
 
E-Mail Address
kris.e.nakashima@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted procurement for FY09 MCA PN50950 Barracks Complex -Wheeler 205, Wheeler Army Airfield, Hawaii. This project is to design-build a Department of Defense (DoD) standard barracks, Company Operations Facilities (COFS), central plant, roadways, parking lot, motorcycle sheds, trash enclosures, curbs and gutter, signage, offsite storm drainage system, and supporting utilities. Construction shall include and or meet DoD energy monitoring and control systems (EMCS), fire alarm detection and reporting systems, automatic building sprinklers, force protection measures, antiterrorism/force protection, voice and data communication requirements. The estimated cost of the project 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 short-list no more than three Phase 1 offerors to submit technical and cost proposal for consideration in Phase 2. 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 both 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 consists of the following: PHASE 1 PROPOSAL Specialized Experience, Past Performance, Organization and Technical Approach. PHASE 2 PROPOSAL Design Technical, Phase 1 Proposal Rollup Evaluation, Remaining Performance Capability Proposal, Utilization of Small Business Concerns, and Price & Pro Forma Information. Traditional hard copies of plans and specifications will NOT be available for this project. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov on or about January 15, 2009. It is the offeror's responsibility to check for any posted changes to the solicitation. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register in CCR, go to http://www.ccr.gov. All offerors are encouraged to visit the Honolulu District Contracting Division's website at http://www.poh.usace.army.mil/CT/CT.htm to view other business opportunities. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged an d women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b83a0e224df39c21b1c8c4c52bd3151b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Honolulu Building 230, Fort Shafter, Hawaii, 96858-5440, United States
Zip Code: 96858-5440
 
Record
SN01725109-W 20090101/081230214347-b83a0e224df39c21b1c8c4c52bd3151b (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.