Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
MODIFICATION

Y -- SOF Joint Intelligence Brigade (JIB) Building

Notice Date
4/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-0021
 
Archive Date
2/26/2011
 
Point of Contact
Angela D. Broughton, Phone: 9126526046
 
E-Mail Address
angela.d.broughton@usace.army.mil
(angela.d.broughton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is being offered through Full and Open Competition to interested firms with 236220 as an approved NAICS Code. The life of this contract will have a maximum of 550 calendar days. The magnitude for this project will be $25,000,000.00 to $100,000,000.00. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. Description of work: Construction of a Joint Intelligence Brigade Building consisting of general administrative offices, control center, operational work space, server rooms, cage rooms, conference rooms, storage areas, latrine and shower facilities, communications closets, electrical and mechanical rooms, utilities, and electrical/Uninterruptible Power Supply (UPS). The facility will be a Secure Compartmented Information Facility (SCIF) and on a UPS. The facility will meet all required anti-terrorism/force protection measures. Supporting facilities will include domestic and fire protections water, sanitary sewer, storm drainage, sidewalks, vehicle parking, loading dock, emergency generator with fuel tanks, and all required site improvements. Air conditioning: 2,990 kW (850 tons). The required square footage for this facility is 110,000 SF. Evaluation Criteria: The Government will use a Price Performance Trade-off (PPT) 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 capability proposals, with pricing, for review and consideration by the Government. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: Non-cost Factors: FACTOR 1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal in importance to Factor 2 and more important than Factors 3 & 4. FACTOR 2: PAST PERFORMANCE: This factor is equal in importance to Factor 1 and more important than Factors 3 & 4. F ACTOR 3: SUMMARY SCHEDULE. This factor is less important than Factor 1 and Factor 2 but is more important than Factor 4. FACTOR 4: SMALL BUSINESS UTILIZATION: This factor is less important than Factors 1, 2, & 3. Price: All non-cost factors, when combined, are significantly 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 May 5, 2011. 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-11-R-0021/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02428476-W 20110421/110419235324-89e61b2923d56257017940692605d019 (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.