Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

Y -- Indefinite Delivery/Indefinite Quantity (IDIQ) for Design-Build Services, Southwestern Region (AR, AZ, CA, LA, NM, NV, OK, & TX), Combat Aviation Brigade, Unaccompanied Enlisted Personnel Housing (UEPH)

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0003
 
Response Due
7/14/2006
 
Archive Date
9/12/2006
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice Unrestricted Solicitation for Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services, to include (but not limite d to) planning, design, and the construction of new facilities located within the boundaries of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be at Fort Bliss, TX and Fort Sill, OK. These contracts may be used for other agency requirements where the contracting officer has made a determination that the new req uirement is within scope. FOR INFORMATION ONLY: This contract is required by the Armys initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program, althoug h the projects may be required from any Military Program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Military Construction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters b uildings, vehicle maintenance shops, unit and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacif ic Divisions will be assigned one or two facility types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (product line). When there is a requirement for their facility type, each District product line te am will scope, negotiate, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews , submittals, and modifications. The design/build contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification, and clarification identif ied in ongoing task orders. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: The project includes the design and construction of Barracks Buildings. The project includes living /sleeping rooms, private baths, walk-in closets, laundry area and cooktops. Supporting facilities include Mass Notification, electrical service, water, sewer and gas. Accessibility for mobility impaired individuals will be provided. Anti-terrorism/Force Pr otection measures will be provided by use of standoffs, clear zones and hardening of the windows/doors/walls to meet minimum standards. Typical work for the Barracks may include but is not limited to 1) planning, design, estimating, and construction 2) Sit e planning and site verification 3) site engineering to include subsurface investigations, laboratory analysis, and final geotechnical report 4) pavement design 5) coordinate with utility providers and Land Development Engineer, and other product line cont ractors 6) acquiring all local, state and federal permits 7) architecture and interior design to include building exterior and interior, signage, and comprehensive furniture package 8) design of telecommunications systems and service 9) lightning protectio n 10) heating (self contained, gas fired), ventilation, and air conditioning to include building automation systems, testing, adjusting and balancing, and commi ssioning 11) energy conservation 12) fire protection and alarm systems 13) sustainable design solutions to meet a minimum LEED Silver/SPiRiT Gold to support the MILCON program 14) site electrical systems 15) meetings and design review conferences 16) desig n configuration management 17) quality control systems 18) safety plans 19) environmental protection through the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land re sources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resou rces, integrated pest management, post construction clean-up 20) traffic control plans 21) scheduling and phasing 22) preparation of design drawings on AutoCadd and Microstation 23) and development of as-built drawings. CONTRACT INFORMATION: This solici tation will be evaluated under the Two Phase Design Build Process. The first phase consists of a process known in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. (This solicitation refers to it as Phase 1). In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting fro m this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will short-list no more than five of the Phase 1 Offerors to compete for the design-build contract in P hase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals, including the contract duration, a preliminary schedule and a price proposal. The Governme nt will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose pr oposal is determined to represent the overall best value to the Government, considering technical-design quality, performance capability, and cost. The following evaluation criteria listed for Phase 1 and Phase 2 are proposed as follows: Phase 1 Speciali zed Experience; Past Performance; Key Project Personnel  Capabilities and Experience; Organization and Technical Approach; and Evidence of Ability to Obtain Bonding. Phase 2  Volume I (Building Function and Aesthetics; Quality of Building Systems and M aterials; Site Design; and Sustainability Requirements. Volume II  Key Subcontractors; Proposed Contract Duration and Preliminary Schedule; and Past Performance on Utilization of SB Concerns. Volume III (Price and Pro Forma): Price; Bid Bond; Self Perfo rmed Work Requirement; and Subcontracting Plan. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. The total contract capacity is estimated not to exceed $400,000,000. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) mon ths each, for a total not to exceed contract period of thirty six (36) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order comple tion; 4) until the total contract capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. The minimum guarantee will be $200,000.00. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation will be $200,000.00. The maximum task order limitation for the contracts will be $100,000,000.00. The Government reserves the right to exceed the stated maximum task order limitation. Estimated solicitation issue date is on or about June 12, 2006 under solicitation number W9126G-06-R-0003. Phase 1 Proposals are anticipated to be due on or about July 14, 2006. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. Ther e will be no public bid opening. Proposals from Large businesses must comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed as a percentage of the contractors total planned subcontr act amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this s olicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition -related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS h yperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fed teds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0003 You are advised that FedTeDS currently does not have a Plan Holders List capability. Therefore, offerors are encouraged to post notices of prospective subcontracting opportuniti es on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://w ww.ccr.gov. The Contract Specialist for this solicitation will be Lisa C. Billman, 817-886-1066; or by e-mail at lisa.c.billman@swf02.usace.army.mil.
 
Place of Performance
Address: FORT BLISS c/o Southwestern Area Office 6380 Morgan Ave., Suite A El Paso TX
Zip Code: 79906-4604
Country: US
 
Record
SN01057491-W 20060527/060525221325 (fbodaily.com)
 
Source
FedBizOpps 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.