SOLICITATION NOTICE
Y -- SOF 1st 75th Battalion Operations Complex (Rangers) - Hunter Army Air Field, Georgia
- Notice Date
- 9/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-04-R-0088
- Response Due
- 10/25/2004
- Archive Date
- 12/24/2004
- Point of Contact
- Elaine Radcliffe, (912) 652-5416
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(elaine.p.radcliffe@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical Questions: Mr. Robert Smith, 912-652-5706 Contractual Questions: Ms. Letha Jones, 912-652-5072 NOTE: Any prospective Offeror interested in obtaining plan and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. Description of Work: The project consists of the construction of a permanent two-story Battalion Command and Control Facility with classrooms and two single-story Company Operations Facilities. The battalion command and control facility will include a se nsitive compartmented information facility (SCIF), a planning and exercise (PLEX) area, map storage area, a physical evaluation center, latrines with showers, and space for individual storage lockers for unit issued equipment. The company operations facil ities will include space to support company administrative functions, platoon offices, conference room/contingency planning room, space for individual equipment storage lockers for unit issued equipment, squad work bays with mezzanines, arms room, unit sto rage, individual equipment maintenance and latrines with showers. Facilities will include fire detection and suppression, intrusion detection, access control, and surveillance systems. Supporting facilities will include: all utilities, a protected distr ibution system for secure communication between buildings, POV and other site improvements. Airborne training aides (aircraft mockups and parachute landing fall platform) will be provided. An emergency generator and automatic transfer switch will be incl uded to support contingency operations during power outages. Force protection and operation security will be enhanced by a brick masonry fence to compliment the architecture of the surrounding area. Air conditioning will be provided by self-contained sys tems 703KW (200 tons). Options will be included in the contract. The project will be solicited and procured using a Performance Price Trade-Off (PPT) Request for Proposal (RFP) in accordance with FAR Part 15.101-1. Offerors are required to submit a price and technical proposal . Each proposal shall contain the Offerors best technical proposal and best price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offer the best value to the Government . Proposals shall include sufficient detail information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The technical proposal will be evaluated utilizing the factors set forth below: PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. Weight among technical factors: Factor 1, Construction Past Performance is significantly more important than Factors 2, 3, and 4. Factor 2, Corporate Relevant Specialized Experience, is equal in importance to Factor 3 and is more important than Factor 4. Factor 3, Construction Duration, is equal in importance to Factor 2 and is more important than Factor 4. Factor 4: Management Effectiveness. The anticipated cost range is more than $10,000,000.00. Network Analysis 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). This solicitation w ill be issued in electronic format only and will be available on or about 24 September 2004 on the Internet at http://ebs.sas.usace.army.mil. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disk, faxes , etc) will be provided. It is the Offerors responsibility to check the Internet address provided as necessary for any posted ch anges to this solicitation and all amendments. For additional information or assistance, please contact Letha Jones, Contract Specialist, 912-652-5072 or via e-mail at letha.m.jones@sas02.usace.army.mil.
- Record
- SN00670157-W 20040912/040910212643 (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 |