Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

Y -- Fort Irwin Replacement Hospital, Fort Irwin, San Bernardino County, California

Notice Date
11/15/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-R-0008
 
Response Due
2/14/2012
 
Archive Date
4/14/2012
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construct a replacement hospital (216,000 square feet), that will provide new tertiary care, emergency medicine, clinical support activities, and renovation of the existing Mary Walker Clinic. Construct supporting facilities which include: utilities, site improvements, parking, access-roads, signage and environmental protection measures, demolition of 4 modular trailers, and will meet the requirements of seismic zone 4. Construct helipad, ambulance shelter, central utilities plant, and a PV (photo-voltaic) farm. This project will be designed by USACE and constructed in accordance with criteria prescribed in 000 Unified Facilities Criteria (UFC) 4 -510-01, World Class and Evidence Based Design principles. The facility will meet DoD Minimum Anti terrorism Standards for Buildings UFC 4-010-01, barrier-free design in accordance with DoD criteria and the DEPSECDEF Memorandum "Access for People with Disabilities" dated October 31 2008, base architectural guidelines, and applicable energy conservation legislation. The selected contractor will provide Enhanced Commissioning, Operations and Maintenance (O&M) manuals and Comprehensive Interior Design (CID). It will meet SDD and EPA05. The contractor will be required to meet LEED Platinum certification for this project. This project is design-bid-build. Estimated Magnitude of Construction is $100,000,000.00 - $250,000,000.00. This Procurement will be conducted under FSC CODE: Y1DA, NAICS Code: 236220. The size standard for this code is $33,500,000.00. The acquisition will be conducted under a competitively negotiated source selection process. Both a technical proposal and a price proposal will be required. The acquisition strategy is Best Value "Tradeoff." This process allows for a trade-off between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. In making the tradeoff determination all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. It is the Government's intent to award based on initial offers without discussions. Offerors are therefore cautioned to provide their best terms for both price and non-priced technical submission with their initial offers. Evaluation factors may consist of the following: Construction Experience; Past Performance on projects similar in nature; Key Personnel; Project Management Plan. The aforementioned evaluation factors may not be all inclusive. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. Downloading the Solicitation: The solicitation will be available on or about 29 December 2011. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation, both prospective primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-8 and 52.219-9 and AFARS 19.705. Failure to submit an acceptable sub-contracting plan may make the offeror ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 5119.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 50% with small business; 17.0% with small disadvantaged business; 18.0% with woman owned small business;.4.0% with service disabled veteran owned small business; 8.5% with veteran-owned small business and 10.0% with HUBZone small business. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02623163-W 20111117/111115233941-0b284160ba93658a646f6f90968e1336 (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.