Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

Y -- RECOVERY--Design-Build Monterey District RS, King City

Notice Date
4/7/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Forest Service, EROC Southwest, 1323 Club Drive, Vallejo, California, 94592, United States
 
ZIP Code
94592
 
Solicitation Number
AG-9702-S-10-0370
 
Point of Contact
Charles Wallach, Phone: 7075629174
 
E-Mail Address
cwallachiv@fs.fed.us
(cwallachiv@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: The USDA Forest Service, Los Padres National Forest (hereafter "the Government," "the Forest Service," or "the Los Padres National Forest (NF)"), announces a design-build opportunity using funds from the 2009 American Recovery and Reinvestment Act (ARRA). This acquisition is being advertised as FULL AND OPEN COMPETITION and any resultant contract award will be issued pursuant to FAR Part 19, Subpart 19.10, Small Business Competitiveness Demonstration Program. In accordance with FAR Part 36.204(f), the estimated magnitude of construction is between $1,000,000 and $5,000,000. Contract period of performance time is 16 months after the notice to proceed. The applicable North American Industry Classification System (NAICS) Code is 236220. The Small Business Administration size standard is $33.5 million. Contractors are required to be actively registered with the Central Contractor Registration (CCR) system and the Online Representations and Certifications Application (ORCA). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the pending solicitation or any follow up information requests. The solicitation with supporting documents (if any) will be posted to the FedBizOpps website on or about April 23, 2010. No hard copies of the solicitation, supporting documents and applicable amendments, if any will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website. This acquisition is a Design-Build project and is prepared in accordance with the requirements set forth in FAR Part 36 and as authorized by Section 4105 of the Clinger-Cohen Act and will be supplemented with additional information included in the solicitation. The contractor shall provide all management and project administration services, quality control, logistical support, vehicles, equipment and materials to complete the project on time and on schedule. The project consists of the complete design and construction of a new approximately 8,000 square foot office building to replace several existing buildings at the Los Padres National Forest, Monterey District Rangers Office located in King City, CA. Additive alternates include the exterior renovation of an existing 1930's warehouse, lighting and fencing improvements. It requires further design development and preparation of a complete set of construction drawings and specifications based upon design considerations and performance specifications included within the contract, and the subsequent construction of this design to result in a complete and finished product suitable for the intended use. This project is located at 106 South Mildred, King City, CA 93930. The Government intends to award a firm-fixed price Design-Build contract based on the approved design documents for the new District Ranger's Office. The Government will issue two (2) Solicitations in sequence: (1) Phase I and (2) Phase II. The Phase I procedure (which is analogous to a Request for Proposal (RFP) is designed to select a "short list" of the most highly qualified offerors who will be requested to submit Phase II proposals (the short list will be published on FedBizOpps). All responsible sources may submit a Phase I proposal. A minimum of two (2) and a maximum of four (4) firms will be short-listed. The short-listed offerors will be selected to participate in Phase II (analogous to RFP). In Phase II, the Government will issue the RFP to the most highly qualified offerors from Phase I and request that they submit Phase II proposals. Phase II of the solicitation will be prepared in accordance with FAR Part 15 and include Phase II evaluation factors, developed in accordance with FAR 15.304. Phase II of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial Phase II offers without discussions. A best value concept will be applied for evaluation of Phase II offers and selection of the successful offeror for this procurement. The best value approach provides the opportunity to select an offeror who is not necessarily the lowest-priced or the highest technically-ranked. The Forest Service will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being weighed more heavily than price. Therefore, the offeror's proposal should contain the offeror's best terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55b7e5214daccf25200f542480dd1d13)
 
Place of Performance
Address: 106 South Mildred, King City, California, 93930, United States
Zip Code: 93930
 
Record
SN02114720-W 20100409/100407234701-55b7e5214daccf25200f542480dd1d13 (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.