Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2007 FBO #1980
SOLICITATION NOTICE

Y -- FY06 MCA PN 57035 Whole Barracks Renewal Phase 2F2, Schofield Barracks and FY07 MCA PN 58294 Whole Barracks Renewal Phase 2G, Schofield Barracks, Hawaii

Notice Date
4/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-07-R-0008
 
Response Due
6/18/2007
 
Archive Date
8/17/2007
 
Small Business Set-Aside
N/A
 
Description
FY06 MCA PN 57035 Whole Barracks Renewal Phase 2F2, Schofield Barracks and FY07 MCA PN 58294 Whole Barracks Renewal Phase 2G, Schofield Barracks, Hawaii. Design and construct Army standard design Company Operations Facilities and Battalion Headquarter facilities. Supporting facilities to include utilities; electric service; water and wastewater systems; air conditioning; exterior lighting; fire protection and alarm systems; mass notification system; paving, walks, curbs and gutters; parking, storm drainage; information systems; site improvements; and road improvements. This is an unrestricted procurement utilizing Electronic Bid Sets (EBS). The estimated cost of the project is between $25 Million and $100 Million. This is a 2-Phase Design-Build Best Value solicitation process. Phase 1 process requires potential Offeror s to submit their performance and capability information for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of three highest-rated Offerors to submit a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award wi ll reflect both the rating received in Phase 1 and the evaluation rating received in Phase 2. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The proposal process for this 2-Phase procure ment consists of the following: PHASE 1 PROPOSAL Specialized Experience, Past Performance, Key Project Personnel, Organization and Technical Approach and Evidence of Ability to Obtain Bonding. PHASE 2 PROPOSAL  Building Functional and Aesthetics, Quality of Building Systems and Materials, Site Design, Sustainability Requirements, Key Subcontractors, Proposed Contract Duration and Summary Schedule, Past Performance on Utilization of Small Business Concerns, Price & Pro Forma Information. Traditional hard copies of plans and specifications will NOT be available for this project, but will be available for viewing and/or downloading via the Honolulu District Contracting Website on or about 14 May 2007 at http://www.poh.usace.army.mil/CT/CT.htm. Contractors mu st be registered in FedTeDS to view/download plans and specifications. A link to FedTeDS can be found at https://www.fedteds.gov/. Solicitation documents will NOT be issued on CD-ROM format unless the Government determines it to be necessary. If the Govern ment determines that issuance of the initial solicitation on CD-ROM is necessary, the CD-ROM will be provided at no cost to self-registered Contractors at the aforementioned website. However, the Government reserves the right to issue follow-on amendments to the solicitation on the website. It is therefore the responsibility of the Contractor to check the Honolulu District Contracting Website daily for any posted changes to the solicitation. All offerors are encouraged to visit the Army Single Face to Indus try Website at: https://acquisition.army.mil/asfi to view other business opportunities. 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: ht tp://www.ccr.gov. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime Contractors or as members of joint ventures with other small businesses, and all interested Contractors are reminded that the succes sful Contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN01283071-W 20070429/070427221556 (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.