Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
MODIFICATION

Y -- Design and Construct a Chapel and Mortuary Center at Dover Air Force Base, Dover, Delaware

Notice Date
6/4/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0036
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
Sandra G Fletcher, Phone: 215-656-6915
 
E-Mail Address
Sandra.G.Fletcher@usace.army.mil
(Sandra.G.Fletcher@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The work consists of construction of a new Chapel and Mortuary Affairs Facility at Dover Air Force Base, Dover, Delaware along with all associated site work. The single story structure is approximately 19,343 square feet and is needed to provide a quality environment for religious, social and humanitarian functions for the base populace. In addition, as the Dover mortuary completes their efforts for fallen service members or Dignified Transfers (DT), a space of adequate size is needed to host families for memorial services and provide counseling. The Chapel is comprised of four (4) integrated programs as follows: 1) The Chapel and Chapel Support; 2) Administrative Spaces; 3) Education Spaces and 4) Mortuary Services. The Chapel will be constructed as a one-story facility and the design must be approved by the Dover Architectural Review Board. This acquisition will utilize the best value source selection process. The Source Selection Evaluation Factors are: Factor 1 Technical (which will include subfactors for Building Functionality and Aesthetics, site Design and Engineering, Quality of Building Systems and Materials Sustainability Requirements); Factor 2 Performance Risk (which will have subfactors for Specialized Experience, Design-Build Team, Proposed Contract Duration and Summary Schedule, Organization/Technical approach, and Key Personnel Capabilities and Experience); Factor 3 Past Performance; Factor 4 Price; and Factor 5 Small Business Utilization. All evaluation factors other than price, when combined, are significantly more important than price; however, price will contribute substantially to the selection decision. To receive consideration for award, a rating of no less than Acceptable must be achieved for the Technical, Performance Risk, Past Performance, Price, and Small Business Utilization factors. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. Request for Proposal (RFP) Number W912BU-10-R-0036 will be issued on or about 4 June 2010 with proposals due by 2:00 p.m. on or about 19 July 2010. The period of performance is approximately 540 calendar days. Estimated cost range is between $5,000,000.00 and $10,000,000.00. Performance and Payment bonds will be required for 100% of contract award. The NAICS code for this project is 236220 (SIC 1629) with a size standard is $33.5 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. In addition, this project will comply with DOD Anti-Terrorism/force protection requirements per Unified Facilities Criteria. Award will be made as a whole to one bidder. This procurement is advertised as a 100% Set-Aside for Small Business Concerns. Note: This action originally posted in the FedBizOpps on May 21, 2010 is modified as follows: "This procurement includes an Option for Enhanced Building Commissioning. Included in the Base bid is all associated site work. Request for Proposal (RFP) Number W912BU-10-R-0036 will be issued on or about 7 June 2010 with proposals due on or about 22 July 2010. Contract duration is approximately 540 calendar days for Base + Option ".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0036/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02168652-W 20100606/100604234719-4d24ba9f0b80a5b53f29db100c9f9ab6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.