Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
MODIFICATION

Y -- ARRA - REPLACE HOUSING, TOBYHANNA ARMY DEPOT, PA

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-09-R-0058
 
Response Due
11/14/2009
 
Archive Date
2/28/2010
 
Point of Contact
Sabrina A. Tippins, Phone: 757-201-7136, Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
sabrina.a.tippins@usace.army.mil, debora.s.gray@usace.army.mil
(sabrina.a.tippins@usace.army.mil, debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ARRA- AMERICAN RECOVERY AND REINVESTMENT ACT THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Norfolk District has a requirement for a design-build project to construct two (2) four-bedroom housing units, one for the Commanding Colonel and one for the Lt Colonel/Major on Government-owned land at Tobyhanna Army Depot, Tobyhanna, PA. The project includes basements, all associated supporting facilities and surrounding landscaping/infrastructure, the demolition of two residences with no environmental impact to the surrounding area as required to comply with the requirement in the Scope of Work. The solicitation number assign to this acquisition is W91236-09-R-0058. The Government intends to award a firm fixed price contract using One-Phase Design-Build Selection Procedures and Contracting by Negotiation procedures outlined in FAR 36 and FAR 15. The evaluations factors for this procurement is as follows, listed in descending order of importance. Volume 1 Factor 1 Design Technical Subfactor 1 Unit Functional, Aesthetics And Space Subfactor 2 Quality Of Building Systems And Materials Subfactor 3 Site Design Subfactor 4 Sustainability Requirements Volume 2 Factor 2 - Performance Capability Subfactor 1 Specialized Experience Subfactor 2 Past Performance Subfactor 3 Proposed Contract Duration And Summary Schedule Subfactor 4 Organization / Technical Approach Subfactor 5 Key Personnel Capabilities And Experience Subfactor 6 Utilization Of Small Business Concerns Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The construction duration is 12 months from receipt of Notice to Proceed. The magnitude of construction is estimated to be less than $1,000,000.00. The solicitation will be posted on/about October 14, 2009. The receipt date for proposals is on/about November 14, 2009 by 2:00 pm. NAICS CODE 236115 ($33.5M) applies to this procurement. Submission requirements (plans/specs) will be available on/about Oct 14, 2009 via Federal Business Opportunities (FedBizOpps, https://www.fbo.gov). Bid bonds will be required with proposal submittals. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD Central Contractor Registration (CCR) database in order to obtain access to FedBizOpps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. CCR Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent access to FedBizOpps and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead, this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete, and accurate as of the date of your signature, or list any changes. Inquires may be directed to Sabrina Tippins at 757-201-7136 or email at Sabrina.a.tippins@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-09-R-0058/listing.html)
 
Place of Performance
Address: TOBYHANNA ARMY DEPOT 11 HAP ARNOLD BLVD. TOBYHANNA PA
Zip Code: 18466-5100
 
Record
SN01969036-W 20090926/090925000752-4cfe01204d17a4f5ec21d46c586c8a18 (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.