Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, NW, Washington, DC 20534

Y -- CONSTRUCTION OF A FIRM-FIXED PRICE DESIGN-BUILD CONTRACT FOR THE DESIGN AND CONSTRUCTION OF A MEDIUM SECURITY FEDERAL CORRECTIONAL INSTITUTION (FCI), AND A MINIMUM SECURITY FEDERAL PRISON CAMP (FPC) TO BE LOCATED IN SOUTH CAROLINA SOL X00-0376 DUE 092799 POC Eric Claud, Contracting Officer, Construction Contracting Section, at (202) 307-0954 The Federal Bureau of Prisons (FBOP) anticipates award of a Firm-Fixed Price Design-Build contract for the Design and Construction of a Medium Security Federal Correctional Institution (FCI), and a Minimum Security Federal Prison Camp (FPC). Additionally, a contract option for the DESIGN and SITE PREPARATION ONLY of a SECOND FCI and FPC is anticipated. This shall be a contract option subject to factors which will include funding availability in fiscal year 2001. A second option will also be included for the CONSTRUCTION of the SECOND FCI and FPC referred to in option number 1. This shall be a contract option subject to factors which will include funding availability in fiscal year 2002. These two (2) options may be exercised in accordance with the terms and conditions of the Phase Two solicitation. The facilities are to be located on a site located in South Carolina yet to be determined. The scope of work includes all architectural, engineering, construction, and other related services necessary to provide the new Federal Correctional Facilities. Each proposed FCI and FPC are currently planned to consist of a group of buildings in a "campus plan" arrangement with related site development and site utilities. Each FCI will have a gross building area of approximately 45,000 square meters and be designed to house approximately 1,200 inmates, and each FPC will have a gross building area of approximately 3,100 square meters and be designed to house approximately 128 inmates. In accordance with Federal Acquisition Regulation 36.204, the estimated magnitude of this project is expected to exceed $10,000,000. For consideration on this project, the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. All responsible sources may submit a proposal which will be considered. The design portion of the Design-Build entity must be an Architect-Engineer firm, or the principal or lead firm ofa joint venture having an existing active office, which will have responsibility for the plans and specifications, located within the State of South Carolina. The design of the architectural, structural, mechanical, electrical, civil or other engineering features of the work shall be accomplished or reviewed and approved by the Architects or Engineers registered to practice in their particular professional field within the South Carolina. Participation by Architects, Engineers, Consultants, and subcontractors located within the State of South Carolina is encouraged. Participation by small, small-disadvantaged, HUBZone Small Businesses, and small woman-owned business is encouraged. The successful offeror will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small-disadvantaged, HUBZone Small Businesses, and small woman-owned businesses. The FBOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. Interested offerors may request and obtain a Phase One solicitation of the two-phase process. It is anticipated that the Phase One solicitations will be issued on or about August 26, 1999. For consideration on this project, offerors must respond to the Phase One solicitation by submitting their qualification proposal approximately thirty days after the solicitation issuance. The Phase One proposal due date will be identified in the Phase One solicitation. The Phase One solicitation will provide the scope of work, evaluation factors, and submission information for interested Design-Build firms to prepare their Phase One qualification proposals. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. A maximum of five of the most qualified Phase One participants may be selected to participate in the Phase Two solicitation. Phase Two participants will submit competitive technical and price proposals as defined in the Phase Two solicitation. Requests for Phase One solicitations should be faxed and then MAILED to Eric Claud, Contracting Officer, at the address and phone numbers noted below. Point of contact for inquiries and clarifications is Eric Claud, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, NW, 500-6, Washington, DC 20534. (Send Federal Express to 500 First Street, NW, remainder of address above). The point of contact can be reached at (202) 307-0954 and faxed at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted. Posted 08/10/99 (W-SN365505). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0175 19990812\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page