SOLICITATION NOTICE
Y -- BCT-H, Increment 1, Division Headquarters Complex Barracks and Company Operations Facility, PN 65478, Fort Carson, Colorado Unrestricted solicitation - Best-Value, Two-Phase Design-Build (D/B) Request For Proposal
- Notice Date
- 10/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-07-R-0005
- Response Due
- 12/13/2006
- Archive Date
- 2/11/2007
- Small Business Set-Aside
- N/A
- Description
- Barracks and Company Operations Facility Unrestricted Solicitation Best Value, Two-Phase Design Build (D/B) Request for Proposal (RFP) On or about 13 November 2006, this office will issue Request for Proposals for the Design/Build two phase of th e Division Headquarters Complex Barracks and Company Operations Facility located at Fort Carson, CO. Proposals will be received for Phase 1 on or about 13 December 2006. This solicitation is unrestricted and open to both large and small business particip ation. 236220 NAICS Commercial/Institutional Bldg. Construction, Small Business Size Standard is $31 Million Dollars. A tentative pre-proposal conference and site visit is scheduled for 28 November 2006 at Ft. Carson AFB. Point of contact (POC) is Major Hudson or Pete Sturdivant at; Phone (719-526-5448) or Fax (719-526-5365). The work will include the following: (Any quantities are approximations)This contract will require design and construction of new unaccompanied enlisted personnel Barracks building ( Approx. 89,000 Gross SF), a Company Operations Facility building (Approx. 76,000 Gross SF) housing 4 companies, and supporting facilities. Each facility will be constructed within a clearly defined area of land (or footprint). Disciplines required for desi gn will include but not be limited to those such as Architectural, Structural, Civil, Environmental, Electrical and Mechanical. Innovative construction techniques and facilities that allow fast track execution of the project will be necessary to meet Depar tment of Army requirements for facility completion. Supporting facilities include such work as site work and all required support utilities, security and area lighting, information systems, fire protection and alarm systems, storm drainage, landscaping, si te improvements, paving, walks, curbs, gutters, exterior signage, and parking. Design and construction will be accomplished to meet LEED Silver standards and to meet Anti-Terrorism and Force Protection (AT/FP) requirements is included for all facilities p er Department of Army (DA) guidance. Special requirements may include special foundations due to expansive soils prevalent at Fort Carson; Energy Monitoring Control Systems (EMCS); and Intrusion Detection Systems (IDS). Comprehensive building and furnishings related interior design services m ay also be required. Method for procurement of and installation of furniture has not yet been determined. Alternatives being considered include, but are not limited to: Contractor Furnished and Contractor Installed, Government Furnished and Contractor I nstalled, Government Furnished and Government Installed. Proposal Evaluation: Award of this project will be based on the two phase design/build procedures in accordance with FAR 36.3. Firms will be required to submit a proposal for Phase 1 (Specialized Experience, Past Performance, Key Project Personnel - Capabi lities and Experience, Organization and Technical Approach, and Evidence of Ability to Obtain Bonding). Firms will be given at least 30 days to submit a proposal for Phase 1. Pre proposal meetings will be conducted after issuance of the Request for Propos al (RFP). For Tier 1 or Industrial facilities in particular, firms will be evaluated for their experience in completing similar projects in the commercial sector using modular, pre-fabricated or pre-engineered, panelized or tilt-up building solutions, and their demonstrated ability to deliver similar projects at reduced time and cost. Approximately up to three firms will be considered to propose on Phase 2 depending upon the interest that was received in Phase 1. In accordance with FAR 36.303-1, only those firms that are pre-qualified in Phase 1 will be encouraged to submit technical and price during Phase 2. Interim interviews will be scheduled during Phase 2. The estimated design and construction cost of this project is between $30 and $40 Million. Large business concerns submitting bids for services exceeding $50 0,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fis cal year 2007. a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1. 5% of planned subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. This office will no longer send copies via paper or CDS of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal T echnical Data Solutions or FedTeDS. FedTeDS is a web-based dissemination tool designed to safe guard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended a nd a link provided to access FedTeDS in note 2 below. The process to download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps at: www.fbo.gov . 2. Once you open the solicitation announcement on Fed Biz Opps, there will be a link prov ided to the solicitation on FedTeDS. Click on the link. 3. If you are a first time user, you will have to register as described in the information included below; if not log in and open the solicitation. 4. Once you have the solicitation open, you ca n begin downloading the various files to your location. Registration instructions can be found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contract or Registration Process option. The information listed below is required to register: 1. Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN. 2. DUNS Number or CAGE code. 3. Telephone Number. 4. E- Mail address Obtaining Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders List and Receiving Notifications or e-mail of changes to a solicitation, Federal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and submit. This website only provides limited information and does n ot distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Federal Data Technical Solutions or FeDTe DS will add a similar feature in the near future. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic ann ual On-line Representations and Certifications (ORCA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractual questions should be made to Diana Vanderzanden at (402) 221-4044 or Mr. Mel Vogt: 402-221-4298. Telephone calls regarding Small Business matters should be m ade to Mr. Hubert Carter: 402-221-4110. Telephone calls on contents of request for proposal documents should be made to the Project Manager, Mr. Dave Packard at: (402) 221-3869 or Specification Section, Mr. Douglas Larsen at: (402) 221-4547.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01171432-W 20061028/061026220821 (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 |