SOLICITATION NOTICE
Y -- Child Development Centers
- Notice Date
- 11/6/2006
- 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-07-R-0015
- Response Due
- 11/17/2006
- Archive Date
- 1/16/2007
- Small Business Set-Aside
- 8a Competitive
- Description
- NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https://www.fedteds.gov/. This solicitation will be issued in electronic format only. Paper copies of this solicit ation will not be available. Other methods of requesting a package will not be honored Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution FedTeDs Homepage https://www.fedteds.gov/. Registration for plans and specifications should be made via FedTeDS.gov Internet Homepage. Description of work: Design and construct permanent facilities under Line Item 62123 (Child Development Centers - Phase I) to include a Standard Design 244-child capacity Ch ild Development Center (CDC) for children 0-5 years at Fort Stewart, Georgia. The primary facility of 19,831 SF with canopy sited on approximately 3.8 acres includes outdoor playground, installation of intrusion detection and video surveillance systems, b uilding information systems, connection to energy monitoring and control system and air conditioning. Heating shall be provided by boilers and cooling by self-contained chillers. Supporting facilities shall include all utilities, paving, curbs and gutter s, exterior lighting, storm drainage and landscaping. Access for individuals with disabilities will be provided. Force protection measures shall include appropriate standoff distances, blast resistant glass, a mass notification system perimeter barriers and vehicle control devices. The site infrastructure should have at least a 50-year life expectancy with industry-accepted maintenance and repair cycles. The design and construction will utilize MILCON Transformation criteria and the format of the MILCON Transformation RFP. The following evaluation factors and level of importance will be used in the Phase I selection process. FACTOR 1 - SPECIALIZED EXPERIENCE and FACTOR 2 PAST PERFORMANCE are Level 1 factors. FACTOR 3 KEY PROJECT PERSONNEL CAPABILITIES & EXPERIENCE is Level 2 (slightly less than important than Level 1). FACTOR 4 ORGANIZATION AND TECHNICAL APPROACH is Level 3 (slightly less important than Level 2). FACTOR 5 EVIDENCE OF ABILITY TO OBTAIN BONDING will be evaluated on a GO-NO GO basis. The following evaluation factors and level of importance will be used in the Phase II selection process. TECHNICAL FA CTORS: FACTOR 1 BUILDING FUNCTION AND AESTHETICS and FACTOR 2 QUALITY OF BUILDING SYSTEMS AND MATERIALS are Level 1 factors. FACTOR 3 SITE DESIGN and FACTOR 5 PHASE I PROPOSAL EVALUATION are Level 2 (slightly less important than Level 1). FACTOR 6 KEY SUBCONTRACTORS and FACTOR 7- PROPOSED CONTRACT DURATION are Level 3 (slightly less important than Level 2). FACTOR 9 PRICE is Level 4 (slightly less important than Level 3). FACTOR 8 PAST PERFORMANCE ON UTILIZATION ON SMALL BUSINESS CONCERNS is Level 5 (slightly less important than Level 4). FACTOR 4 SUSTAINABILITY REQUIREMENTS will be evaluated on a GO NO GO basis. The project will be solicited and procured using a Two Phase Design-Build Request for Proposal (RFP) in accordance with FAR 3 6.3. 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 offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that whil e the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The anticipated cost range is $25,000,000 to $100,000,000. Options may be included. Network Analysis will be required. Competition will be limited to 8( a) firms serviced by SBA Region IV District Offices (GA, AL, NC, SC, TN, MS, FL, KY) or must have an established, verifiable full time branch office (as defined by SBA) within Region IV which have 236220 among their approved NAIC Codes. Phase One for this solicitation will be issued in electronic format only and will be available on or about 17 November 2006. Notification of amendments will be through use of FedTeDs. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Off erors responsibility to check the internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Linda Elliott, Contract Specialist, 912-652-5076 or via email at linda.g.elliott@usace.army.mil.
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN01176887-W 20061108/061106222442 (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 |