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 -- Modification - Troop and Family Medical Clinic, Fort Bragg, North Carolina; Period of Performance

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0066
 
Response Due
10/31/2010
 
Archive Date
12/30/2010
 
Point of Contact
Constance McLamore, 912-652-5161
 
E-Mail Address
US Army Corps of Engineers, Savannah
(constance.mclamore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is being offered for unrestricted competition. The period of performance is 730 calendar days. The Government will use a best value Tradeoff evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. Description of work: Construct a Troop and Family Medical Clinic. Project will provide primary and specialty ambulatory medical care, ancillary support, and support spaces. Supporting facilities include utilities, site improvements, access roads, and parking. The project will be designed in accordance with the criteria prescribed in Unified Facilities Criteria UFC 4-510-01 (MIL-HDBK-1191), DoD Minimum Antiterrorism Standards for Buildings UFC 4-010-01, Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines (ADA/ABAAG), and applicable energy conservation legislation. Commissioning, operations and maintenance manuals, and comprehensive interior design will be provided. Air Conditioning: 175 Tons. Evaluation Criteria: The Government will use a best value Tradeoff evaluation process in rendering the best value decision for award of this contract. For this solicitation and evaluation process, interested offerors will be required to submit performance and technical capability as award will be made to the Offeror, whose proposal contains the combination of those criteria offering the best value to the Government. Best value will be determined by a comparative assessment of proposals against all source selection criteria in the RFP. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: RELATIVE IMPORTANCE OF FACTORS - NON-COST FACTORS. PHASE 1: FACTOR 1-1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is more important than Factor 1-2 and Factor 1-3. FACTOR 1-2: PAST PERFORMANCE: This factor is more important than Factor 1-3. FACTOR 1-3: TECHNICAL APPROACH NARRATIVE: This factor is the least important Factor. PHASE 2: FACTOR 2-1: BUILDING FUNCTION AND AESTHETICS: This factor is more important than Factor 2-2 and 2-3 and significantly more important than Factor 2-4. FACTOR 2-2: BUILDING SYSTEMS: This factor is equal in importance to Factor 2-3 and more important than Factor 2-4. FACTOR 2-3: SITE DESIGN: This factor is equal in importance to Factor 2-2 and more important than Factor 2-4. FACTOR 2-4: PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE: This factor is less important than Factors 2-1, 2-2, and 2-3. PRICE: ALL NON COST FACTORS when combined are more important than PRICE. Award will be made to that Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall 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. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is anticipated to be available on or about 19 October 2009. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0066/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN01969496-W 20090926/090925001456-25538c1d813b4dfeaaf6f102449e0974 (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.