Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2003 FBO #0412
SOLICITATION NOTICE

Y -- Marine Corps Reserve Center - Hunter Army Airfield, Savannah, Georgia

Notice Date
1/16/2003
 
Notice Type
Solicitation 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
DACA21-03-R-0015
 
Archive Date
5/6/2003
 
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/. Offerors may view and/or download this solicitation and all amendments from the In ternet after solicitation issuance. Description of work: The project consists of the design, permitting, site preparation and construction of a new a Marine Corps Reserve Center, Hunter Army Airfield, Georgia to support the operations and training require ments of a Beach and Terminal Operations (BTO) Company. Primary Facility components include a Reserve Training Area, a Vehicle Maintenance Shop, and a Parachute/Survival Equipment Shop. The Reserve Training area is used for training, administration, and storage, and consists primarily of offices, classrooms, supply storage, weapons storage, restrooms, locker rooms, and a drill hall. The Vehicle Maintenance Shop consists primarily of offices, vehicle maintenance bays, parts and battery storage, and a tool room. The Parachute/Survival Equipment Shop is used for maintaining and storing parachutes and consists primarily of parachute storage areas, pallet storage, parachute inspection, maintenance, and packing areas, a parachute drying tower, and an office. Supporting requirements include pavements for parking and drives, information systems, all utilities, Anti-terrorism and Force Protection considerations, and landscaping. The facility design will be based on criteria identified in the Request for Proposal , which will provide a floor plan and site layout. The Request for Proposal will also identify design criteria for the building materials and utility systems. Options may be included. The contract will be solicited and procured using the two-phase desig n-build selection procedures set forth in FAR 36.32. Factors and sub factors will be considered in evaluating proposals at Phase One and Phase Two. No more than five offerors will be invited to participate in Phase Two. The Government anticipates that t he Phase One documents will be issued on or about 5 February 2003 and that Phase Two documents will be issued on about 3 May 2003. Proposals shall include sufficient detailed information to allow a complete evaluation. Offerors are reminded that while th e Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Factors to be evaluated are listed below. Price is equal to Technical when all technical factors are combined. Phase One Fa ctors: Factor 1-1 ? Offeror Past Performance on Recent Relevant Projects Information; Factor 1-2 ? Technical Approach Narrative; Factor 1-3 ? Individual Recent Relevant Specialized Experience; Factor 1-4 ? Offeror Sustainable Design Experience; Phase Two Factors: Factor 2-1 Building Function and Aesthetics; Factor 2-2 ? Building Systems; Factor 2-3 ? Site Design; Factor 2-4 ? Sustainable Design Considerations; Factor 2-5 ? Offeror Management Plans and Schedules. Award will be made to that offeror whose p roposal contains the combination of those criteria offering the best overall value to the Government. The Government will award a firm-fixed price contract to that responsible Offeror whose submittal and price proposal contain the combination of those cri teria described in the solicitation offering the best overall value to the Government. The Government reserves the right to accept other than the lowest priced offer. The right is also reserved to reject any and all offers. Offerors are reminded to incl ude 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 revised offer. The Government may make award of a conforming propos al without discussions, if deemed to be within the best interests of the Government. Estimated cost range of project is from $5,000,000.00 to $10,000,000.00. Network Analysis System will be required. This solicitation is issued on an unrestricted basis pursuant to the ?Business Opportunity Development Reform Act of 1988? (Public Law 100-656). Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor?s responsibility to check the Internet address provided above as necessary for the posting of this solicitation and all amendments. For additional information or assistance, please contact Donna Knight, Contract Specialist, (912) 652-5504 or via e-mail donna.s.knight@sas02.usace.army.mil.
 
Record
SN00240619-W 20030118/030116213714 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.