Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

Y -- Construct Fire Station, Fort Greely, Alaska

Notice Date
9/1/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-R-0002
 
Response Due
12/2/2010
 
Archive Date
1/31/2011
 
Point of Contact
Susan Coyner, (907)753-2838
 
E-Mail Address
USACE District, Alaska
(susan.coyner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 1 October 2010 the Alaska District Corps of Engineers will request a proposal for unrestricted competition with 10% HubZone price preference to construct a fully designed modified standard design three-company fire station with apparatus bays, offices, dayroom, kitchen, laundry, toilets, storage, mechanical room, electrical room, telecom room, and dormitory space for three-companies. 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. Any resulting contract will be firm-fixed priced. NAICS Code: 236220 with a size standard of $33.5 million. The anticipated NTP is 17 February 2011 with a 560 calendar day period of performance. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY10 subcontracting goals for this contract are a minimum of 70% of the contractor's intended subcontract amount be placed with small businesses, 6.2% of that to Small Disadvantaged Businesses, 7.0% to Woman-Owned Small Businesses, 2.0% to Service Disabled Veteran-Owned Small Business, 3.5% to Veteran-Owned Small Business and 9.8% to HUB Zone Small Businesses. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors 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 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). PROJECT INFORMATION: Construct a approximately 28,000 square foot modified standard-design three-company headquarters fire station at Fort Greely, Alaska with special foundation, standby generator, anti-terrorism measures, building information systems, energy monitoring and control system, building emergency management system interfaced with installation supervisory station, building fire alarm and sprinkler system interfaced with the installation supervisory station. Supporting facilities include paving, walks, curbs and gutters, storm drainage, site improvement, demolition, information systems and antiterrorism measures. Utilities will be provided by Doyon Utilities under the utility privatization contract. Range of the anticipated magnitude of construction is between $10M to $25M. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors (in descending order of importance): Specialized Experience; Past Performance, Performance Capability (Summary Schedule and Key Subcontractors) and Small Business Utilization and Price. Small Business Plan (large businesses only) will be evaluated Acceptable(GO)/Unacceptable(NO GO). The overall evaluation rating of the non-price factors is considered nore important than price. OBTAINING THE SOLICITATION: The solicitation, including plans and specifications, will be available electronically from FedBizOpps - website: http://www.fbo.gov, On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via the FedBizOpps website. All responsible sources may submit an offer in the form and format of the solicitation 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-11-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
 
Record
SN02263281-W 20100903/100901234942-ed2610722698839dd4180433b8b84b22 (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.