Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
MODIFICATION

Y -- Warrior in Transition Complex (FTW350), Fort Wainwright, Alaska

Notice Date
7/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0026
 
Point of Contact
Michelle R Mandel, Phone: 907-753-2502, Donna West, Phone: 907-753-2761
 
E-Mail Address
Michelle.R.Mandel@usace.army.mil, donna.l.west@usace.army.mil
(Michelle.R.Mandel@usace.army.mil, donna.l.west@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This is a pre-solicitation notice for a Two-Phase design/build full and open Request for Proposal. The contract cost ceiling limitation for design and construction costs is $24M. Any resulting contract will be firm-fixed priced. A stipend of up to $66,000 may be authorized for unsuccessful Phase 2 Offerors. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors, which are cited in this announcement and the solicitation. This will be a design build contract with a two-phase selection process. Phase 1 will be an evaluation of Offerors' performance capability proposals. The Government will evaluate the performance capability proposals and select no more than three (3) offerors to be invited to participate in Phase 2. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. The Davis-Bacon Act will apply. All Offerors are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and up to final award. All Offerors are advised that they must be registered in CCR and ORCA http://orca.bpn.gov. Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the CCR database will make an Offeror ineligible for award, (Reference DFAR 252.204-7004, Required Central Contractor Registration). Call 1-888-227-2423 for CCR information or visit the CCR website at https://www.bpn.gov/CCR/scripts/index.html. NAICS Code: 236220. The Small Business size standard is $33,500,000.00. Anticipated NTP: Early 2010 with a 540 calendar-day period of performance. PROJECT TITLE: "Warrior in Transition Complex, Fort Wainwright, AK, United States ARMY ENGINEER DISTRICT, ALASKA, UPC: FTW350." (1) PROJECT INFORMATION: This will be a firm-fixed price, design-build contract for a standard design Warrior in Transition (WIT) Complex at Fort Wainwright, Alaska. The WIT primary facility includes a Warriors in Transition Barracks, a Warriors in Transition Administrative and Operations Facility and a Soldier and Family Assistance Center (SFAC), with building information systems, Intrusion Detection Systems (IDS) installation, and Energy Management Control System (EMCS) and Fire/ Smoke Detection/ Annunciation/ Suppression Systems and connections to the installation's central systems. There will be a requirement to provide Antiterrorism/Force Protection Measures. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 features will be included. Supporting facilities include site work, lighting, information systems, parking, sidewalks, roads, curbs and gutters, storm drainage, site accessories, landscaping, and other site improvements. Force protection measures include building access control, surveillance and mass notification systems, minimum standoff distances, bollards, area lighting and barrier landscaping. Access for individuals with disabilities will be provided. Comprehensive building and furnishings related interior design services are required. Air Conditioning is required (Estimated 100 Tons). All site utilities will be constructed under the Fort Wainwright utilities privatization contract. The project is already registered with the US Green Building Council under LEED-NC 2.2. In accordance with Section 01 33 16, Design After Award, paragraph 3.5.4, LEED Documentation, the contractor will be responsible for assigning a LEED Accredited Professional, responsible to track LEED planning, performance and documentation for each LEED credit through construction closeout. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation and anticipated to be: (a) Phase 1: Specialized Experience, Past Performance, Organization and Technical Approach. (b) Phase 2: Design Technical (Building Functional and Aesthetics; Quality of Building Systems and Materials; Site Design; and Sustainability Requirements), Remaining Performance Capability Proposal (Proposed Contract Duration and Summary Schedule; Key Subcontractors; and Utilization of Small Business Concerns), and Price and Pro Forma Information. The Government considers the overall non-price rating to be significantly more important than price. (3) OBTAINING THE SOLICITATION: The Phase 1 solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 3 August 2009, at the Federal Business Opportunities website at http://www.fbo.gov/. Click the "View Opportunities" link in the Buyers / Engineers window and enter this solicitation number in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-R-0026/listing.html)
 
Place of Performance
Address: Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN01874103-W 20090716/090714235200-24ffd4092aaaa63aa3f23bac8edec4e2 (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.