Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2001 FBO #0014
PRESOLICITATION NOTICE

Y -- Vehicle Maintenance Facility, 93rd Signal Brigade, Fort Gordan, Georgia

Notice Date
12/14/2001
 
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-0011
 
Response Due
2/20/2002
 
Archive Date
3/22/2002
 
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 ** SIC CODE: 1542 ** NAIC: 233320 ** FSC Code: Y119 ** Technical Questions: Mr. Charles Grainger, 912-652-5642 Contractual Questions: Ms. Nora Louise Jarrell, 912-652-5705 ** 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 on an unrestricted basis. Description of Work: Design, permitting, site preparation, and construction of a vehicle maintenance facility. The primary facilities consist of two vehicle maintenance buildings. The vehicle maintenance buildings are approximately 50,000 SF and 35,000 SF, two-stories, concrete and steel construction. Two 4200 SF deployment storage buildings, two 800 SF POL storage buildings and two 800 waste POL storage buildings are also included. The primary facility includes space for offices, breakroom, locker rooms, showers and toilets, mechanical and electrical equipment rooms, vehicle repair bays, warehouse bays, small item repair rooms, and concrete paving for vehicle parking. Supporting Fac ilities include roads, parking for privately owned vehicles, fencing, and utility systems. The facility design will be based on criteria identified in a Request for Proposal which will provide a floor plan and site information. Network Analysis will be required. This project shall be designed by registered architects and engineers employed by or subcontracted 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, Factor 1-1 will consist of Past Performance and is the most important factor in the evaluation of Phase One proposals. Factor 1-2, Technical Approach N arrative, is significantly less important than Factor 1-1 and equal in importance to Factor 1-3. Factor 1-3, Offeror Relevant Experience, is significantly less important than Factor 1-1 and equal in importance to Factor 1-2. Factor 1-4, Offeror Sustai nable Design Experience, is less important than Factors 1-2 and 1-3. Phase Two, Factor 2-1, Building Function and Aesthetics, is the most important factor in the evaluation of Phase Two proposals. Factor 2-2, Building Systems, is less important than Fa ctor 2-1. Factor 2-3, Site Design, is less important than Factor 2-2; Factor 2-4, Sustainable Design Considerations, is significantly less important than Factor 2-3 and equal in importance to Factor 2-5; Factor 2-5, Offeror Management Plans and Schedules, is significantly less important than Factor 2-3 and equal in weight to Factor 2-4. No cost information shall be included in Phase One. In making the final best value determination for award, the trade-off process will be applicable, which are all evaluation factors other than price. When combined, the overall evaluation fa ctors 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 Narrative/Technical Solutions and Management Plan. No more than five of ferors will be invited to participate in Phase Two. The Government anticipates that the solicitation for Phase One will be issued on or about January 18, 2002, on the internet at http://ebs.sas.usace.army.mil/ The Government anticipates that the Phase Two documents will be issued on or about March 27, 2002. Award will be made to that offeror whose 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 making 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, differences in price between proposals are of increased importance in dete rmining 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 which may or may not be the lowest in Phase Two. Offerors are reminded to include their best technical evaluation criteria for Phase One. Offerors submitting a proposal are not to automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. The Government may m ake award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. There are no options under consideration at this time; however, the need for options will be re-evaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued. Estimated cost range of this project is between $15,000,000 and $20,000,000. 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)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN20011216/00006698-011215155415 (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.