Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2001 FBO #0007
PRESOLICITATION NOTICE

Y -- Parachute Team Headquarters Facility - Fort Bragg, North Carolina

Notice Date
12/7/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-02-R-0012
 
Response Due
12/21/2001
 
Archive Date
1/20/2002
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NOTE: Any prospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/ Contractor?s may view and/or download this solicitation and all amendments from the internet after solicitation issuance. Plans and specifications will be issued on compact Disk (CD-ROM) and will be provided free of charge. It is the contractor?s responsibility to check the Internet address provided above as necessary for any posted cha nges to this solicitation and all amendments. CD?s will be issued to prime contractors and plan rooms on a first come first served basis. Only 50 CD?s will be issued. Paper copies of this solicitation will not be available. For this procurement, it ha s been determined that competition will be limited to 8(a) certified construction firms located with the geographical area serviced by the SBA within region IV and other construction firms having a bona fide branch office located with the geographical boun daries of the relevant competitive areas. All other firms are deemed ineligible to submit offers. Description of Work: Design and construct an approximate 36,700 SF operations and training headquarters facility for the US Army Parachute Team, which inc ludes the Golden Knights demonstration team located at Fort Bragg, NC. Facility will be single story and will include space for administration, training, operations, and storage. Additionally, it will include space for public tour groups to visit and l earn about the team and its history. The project will also include pavements for parking, all utilities, storm drainage, erosion control, and landscaping. The facility design will be based on criteria identified in a ?Request for Proposal? which will pro vide a floor plan and site information. The RFP will also identify design criteria for the building materials and utility systems. Network Analysis will be required. This project shall be designed by registered architects and engineers employed by or s ubcontracted by the successful contractor. This project will be procured using the two-phase design-build selection procedures set forth in FAR 36.3. Factors and subfactors will be considered in evaluating proposals at Phase One and Phase Two. In Phase One, Past Performance is significantly more important than Technical Approach and Relevant Experience. Technical Approach and Relevant Experience are considered comparatively equal in value. Both Past Performance and Technical Approach are more important than Design-Build Specialized Experience. In Phase Two, Design Narrative/Technical Solutions is more important than Management Plan. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if necessary) and in making the final best value determination for award. All evaluation factors other than price, when combined, are equal to price. The importance of price in making the final award decision will increase if two or more Offerors are found to be comp aratively equal in the areas of Design Narrative/Technical Solutions and Management Plan. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if necessary) and in making the final best value determina tion for award. All evaluation factors other than price, when combined, are equal to price. The importance of price in making the final award decision will increase if two or more offerors are found to be comparatively equal in the areas of Design Narra tive/Technical Solutions and Management Plan. No more than five offerors will be invited to participate in Phase Two. The Government anticipates that the solicitation for Phase One will be issued on or about December 21, 2001, on the internet at http://eb s.sas.usace.army.mil/ The Government anticipates that the Phase Two documents will be issued on or about March 11, 2002. Award will be made to that offeror wh ose proposal contains the combination of those criteria offering the best overall value to the Government. This will be determined by comparing differences in the value of technical and management features with differences in cost to the Government. In m aking this comparison, the Government is concerned with striking the most advantageous balance between technical and management features and cost to the Government. As technical scores and relative advantages and disadvantages become less distinct, differ ences in price between proposals are of increased importance in determining the most advantageous proposal. Conversely, as differences in price become less distinct, differences in scoring and relative advantages and disadvantages between proposals are of increased importance to the determination. The Government reserves the right to accept other than the lowest priced offer. The right is also reserved to reject any and all offers. The basis of award will be a conforming offer; the price or cost of whic h may or may not be the lowest. Offerors are reminded to include their best technical and price terms in their initial proposal and not to automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revise d offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. Options may be included in the solicitation. Estimated cost range of this project is between $5,000,000 and $10,000,000. Phase One of this solicitation will be issued in electronic format only and will also be available on or about December 21, 2001, on the internet at http://ebs.sas.usace.army.mil/ For additional information or assistance, please contact Nora Louise Jarrell, Contract Specialist, 912-652-5705 or via e-mail @ nora.l.jarrell@sas02.usace.army.mil.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Record
SN20011207/00001678-011210080513 (fbodaily.com)
 

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.