Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2004 FBO #1076
SOLICITATION NOTICE

Y -- Construct Replacement Housing, Fort Richardson, Alaska, PN 059109 FTR 179 FY05 (92 UNITS)

Notice Date
11/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-05-T-8888
 
Response Due
11/15/2004
 
Archive Date
1/14/2005
 
Small Business Set-Aside
N/A
 
Description
Any questions regarding this solicitation should be address to: Nancy Gary at Nancy.A.Gary@nws02.usace.army.mil. The Seattle District Corps of Engineers has a competitive requirement to design and construct the project entitled: Construct Replaceme nt Housing, Fort Richardson, Alaska, PN 059109 FTR 179 FY05 (92 UNITS). This requirement will be a two-phase procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 36.3 entitled Two-Phase Design-Build Se lection Procedures. There will be a Phase One (submission of experience and qualifications) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instru ctions to be provided in approximately fifteen (15) days on the following Seattle District website address: http://www.nws.usace.army.mil/ct/ebs/ ViewprivateSolicitation.asp?SolicitationNumber= W912DW-05-T-8888. The submittals will be evaluated and the Contracting Officer will select up to five of the most highly qualified offerors. Phase Two will require the most highly qualified offerors selected in Phase One to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15 and Section 00110 of the solicitation. The contract will be awarded to the offeror providing the best value to the Government in terms of technical, price, and other pertinent factors (e.g., design quality and past performance). The solicitation will in clude a narrative scope of work, concept drawings and specifications. All work tasks shall be completed in accordance with the solicitation plans and specifications. This will be a Design-Build Contract to construct replacement housing units at Fort Richa rdson, Alaska. The work shall consist of design and construction of new units and associated supporting infrastructure (utilities, roads, sidewalks, play areas and etc.) at Fort Richardson, Alaska. The new housing units will be a mixture of 3, 4 and 5 be droom two-story duplex units with 5% of the units to be barrier-free accessible (ADA) units. Solicitation documents will include conceptual plans for both the site and the housing units. Period of performance is 720 calendar days. The price range for th is project is between $25,000,000 and $100,000,000. The North American Industry Classification System 236116, and for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fisca l years, does not exceed $28.5 million. This project is open to both large and small business. If you are a large business and your proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small, HUBZone, small d isadvantaged, small woman-owned, small veteran-owned concerns, and veteran owned small disadvantaged business. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 70% of a contrac tor's intended subcontract amount be placed with Small Businesses (SB); (2) at least 10% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Historically Black College or University and Minority institution; and, (3) at least 10% of a contractor's intended subcontract amount be placed with Women-Owned Small Business (WOSB),(4) at least 3% of a contractor's intended subcontract amount be placed with Veteran Owned Small Business (VOSB); (5) at least 3% of a con tractor's intended subcontract amount be placed with Service-Disabled Veteran owned Small Business (SDVOB); and (6) at least 3% of a contractor's intended subcontract amount be placed with HUB zones. To be eligible for contract award, a firm must be regis tered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commer ce Information Center at 1-800-334-3414. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. This solicitation will be issued as an Electronic Bid Set (EBS) on the Seattle District U.S. Army Co rps of Engineers Web page in electronic format only. No disks will be mailed. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to maintenance. The Government is not res ponsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. The information letter for Phase One, and a draft of Section 00110 will be available for download on or about 15 Nov 04.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00704049-W 20041106/041104212238 (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.