Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
MODIFICATION

Y -- Pre-solicitation Notice 2-Step Design Build Best Value Trade-off for Operational Training Complex (ORTC) at Fort Hood ,Texas

Notice Date
9/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G12R0002
 
Response Due
10/11/2011
 
Archive Date
12/10/2011
 
Point of Contact
ladell barnes, 817 886 1162
 
E-Mail Address
USACE District, Fort Worth
(ladell.p.barnes@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Document Type: Pre-Solicitation Notice Solicitation Number: W9126G-12-R-0002 Synopsis Posted: September 30, 2011 Estimated Issue of Request For Proposal is : October 11, 2011 with offers' proposals due 30 days later. Classification Code: Y-- Solicitation Type: Small Business Disadvantage Set-A-Side NAICS Code: 236220 -- Commercial and Institutional Building Construction Contracting Office Address: U.S. Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300 Description: Pre-solicitation Notice 2-Step Design Build Best Value Trade-off for Operational Training Complex (ORTC) Consisting of Battalion Headquarters, transient Non-Commissioned Officers and Officers Quarters and transient Barracks at Fort Hood,Texas The Contract Specialists for this solicitation Mr. LaDell Barnes, 817-886-1162, email at ladell.p.barnes@usace.army.mil and Mr. Ray Gabriel. 817-886-1158, email at raymond.c.gabriel@usace.army.mil FOR INFORMATION ONLY: This solicitation is a continuation of the US Army Corps of Engineers (USACE) Centers of Standardization (COS) program wherein eight Districts are not only the design centers of expertise but are also the acquisition experts for the facility types for which the COS is assigned. Scope Of Work: The work consists of the design and construction of a standard design transient Battalion Headquarters, transient Non-Commissioned Officers and Officers Quarters, transient Barracks (approximately 200K SF) building information systems, fire protection and alarm systems, and energy monitoring and control systems (EMCS) connection. Sustainable design and development (SDD) and Energy Policy Act of 2005 (EPAct05) features shall be included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, storm drainage, landscaping, and signage. Heating will be provided by self contained system. Estimated air conditioning is 778 tons. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards shall be provided. Comprehensive building and furnishings related interior design services are required. Contract Information: This solicitation will be evaluated under the Two Phase Design Build Process. Interested firms or joint venture entities (referred to as "Offerors") will submit certain specified performance capability information, demonstrating their capability to successfully execute the design-build construction of contract resulting from this solicitation. The Government will evaluate the performance capability information in accordance with the criteria described in the solicitation. General Instructions: The following evaluation criteria listed are of descending importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Tab B Factor 1 Specialized Experience 1st important (Most Important Factor more important than Factor 2), Tab B Factor 2 Past Performance 2nd important (Less important than Factor 1 more important than Factor 3), and Tab C Factor 3 Organization and Technical Approach 3rd important (Less important than Factor 2). The Government is looking for ways to streamline construction, manage labor and other resource constraints in an effort to reduce costs and achieve an aggressive schedule in executing task orders to meet the Army's Transformation program goals of faster project execution at lower cost, while taking advantage of industry standards, means and methods. In Phase 1 of the 2 phase design-build selection procedure, interested firms or joint venture entities (referred to as "offerors") submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described herein and will short-list no more than five (5) of the Phase 1 offerors to compete for the design-build contract in Phase 2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G12R0002/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02599272-W 20111002/110930235504-6787afcbfee415d0a62da212edd8a909 (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.