Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

Y -- Construct a standard-design, two-company, satellite fire station with drive through structural apparatus bays.

Notice Date
1/24/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-R-0017
 
Response Due
2/14/2012
 
Archive Date
4/14/2012
 
Point of Contact
Marcia E.Young, (703) 806-5861
 
E-Mail Address
USACE District, Baltimore
(marcia.e.young@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This will be an 8(a) competitive request from certified Contractors. NAICS Code: 236220, Size Standard is $33,005,000,000.00. This procurement is being advertised as a Two Phase Request for Quote (RFQ). The magnitude of construction is $5,000,000 to $10,000,000. The completion period is expected to be approximately 365 calendar days from notice to proceed. The bonding requirement for this solicitation is 20% of the proposed price. Solicitation will be posted on or about 14 February 2012. General: This request for proposals ("RFP") seeks proposals from Offerors interested in being selected for the design and construction of South Post Fire Station at Fort Belvoir, VA. Offerors responding to this RFP are required to submit their proposals in accordance with the instructions contained in this document. Project Description: Construct a standard-design, two-company, satellite fire station with drive through structural apparatus bays, watch/alarm, emergency medical services/decontamination, fire inspectors, and shift leader offices, kitchen, dining/dayroom, dormitory rooms, men's and women's toilets and showers, training and physical training rooms, laundry, storage, wet and dry chemical extinguisher rooms, mechanical and electrical/uninterruptable power supply (UPS) rooms, fire alarm and suppression systems, standby generator, and building information systems. Special architectural treatments to include brick facades are required for historical district compatibility. Supporting facilities include electrical service, street lighting, emergency traffic signal, water and wastewater connections, access road, paving, curbs and gutters, storm drainage, parking, site improvements, and information systems. Supporting costs are high due to demolition. Handicapped access will be provided in administrative areas. Heating and air conditioning (15 tons) will be provided by self-contained systems. Antiterrorism/force protection measures include annealed laminated glass in reinforced frames, reinforced exterior doors, and visual screening. Demolish 5 Buildings (44,336 Total SF). Sustainable principles will be integrated into the design, development, and construction of the project in accordance with Executive Order 13423 and other applicable laws and Executive Orders. The schedule will be very aggressive in order to meet 14 August 2012 completion date. The project will be designed and constructed in accordance with the Uniform Federal Accessibility Standards (UFAS)/Americans with Disabilities Act (ADA) Accessibility Guidelines, and Antiterrorism Force Protection (ATFP) standards. Unified Facilities Criteria (UFC) to be an integral part of design consideration. This is a "Best Value" two-phase design build solicitation for a new Fire Station at Ft. Belvoir, VA. An award will be made at the end of Phase 2 to the Offeror whose proposal is determined to be the best value to the Government considering both price and technical factors. The project description and overall performance requirements for this solicitation will be included in the RFP package. In Phase 1 of the solicitation process, Offerors submit a "Qualifications" proposal only, without design information and without a price proposal. The full Quality/Technical Proposal (technical-design and sketches/design) will be submitted in Phase 2. Phase 1 will establish an initial short list of the most highly qualified firms to submit a Phase 2 proposal. The "short list" will be limited to a maximum of five Offerors (See FAR 36.303-1). During Phase 1, the Government will only evaluate the relative experience and capabilities, and past performance of the competing firms. EXPERIENCE IN RELEVANT PROJECTS: The Offeror shall submit information on at least three (3), but not more than five (5) completed projects having a minimum project size of 7,000 Building Gross Square Foot (BGSF). Building Gross Square Foot (BGSF) is the floor area of the entire building or project, which includes floor area occupied by rooms/spaces, walls, corridors, conveyances, mechanical/utility rooms, and shafts. PAST PERFORMANCE ON MANAGEMENT AND CONTROL OF PROJECTS: The Offeror shall provide formal performance evaluations from the client on at least three (3), but not more than five (5) relevant projects submitted. The projects submitted will be evaluated for relevancy. EXPERIENCE IN THE DESIGN-BUILD PROCESS: The Offeror shall submit an opening statement or narrative identifying their proposed Designer for this solicitation. The Offeror must provide a teaming (agreement) document for their proposed Designer, signed by all parties, identifying the legal name(s) of all entities and describing their role on this project. The Offeror will submit information on at least three (3), but not more than five (5) completed design/build projects with a minimum award value of $10,000,000 considering adjustment for escalation to 2012. PAST PERFORMANCE ON MANAGEMENT AND CONTROL OF PROJECTS: The Offeror shall provide formal performance evaluations from the client on at least three (3), but not more than five (5) relevant projects in response to the above. The projects that were submitted will be evaluated for relevancy under this factor as well. Formal performance evaluations are those that are similar to the Department of Defense Performance Evaluation (Construction) Form DD2626. If a formal evaluation is unavailable, the Offeror must request their client complete the Past Performance Questionnaire on the Design-Build Process and submit as part of the Offeror's technical proposal. PROJECT TEAM ORGANIZATION: Demonstrate Construction Contractor's qualifications to construct the solicited facility by describing the organizational structure used for constructing previously satisfactorily-completed work. The design and construction criteria for this project will be included in the Phase 2 RFP package to be furnished by an amendment. The solicitation criteria rely predominately upon industry standards and performance oriented requirements, where allowable, to afford the Offeror a degree of design flexibility while meeting specific project requirements. The successful Contractor must design and construct a complete and usable facility within schedule mandates, as described in the RFP documents provided during Phase 2, and to be issued by amendment. Phase 1 of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.FBO.gov. Please note that all Corps of Engineers acquisitions are considered Sensitive, but Unclassified documents, and require users to have a valid MPIN entered in the FBO system to access package. Phase 2 RFP of the solicitation will only be available to those offerors selected to advance to Phase 2. The media through which the Government chooses to issue this solicitation will be via email only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted. Comments shall be submitted in writing to: Marcia.E.Young@usace.army.mil no later than 10 February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0017/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02659825-W 20120126/120124234235-72a5d1b7ceb74293044fc97ca581ecaa (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.