SOLICITATION NOTICE
Y -- Design-Build Request for Proposal Combined FORSCOM/USARC Headquarters, Fort Bragg, North Carolina
- Notice Date
- 1/28/2008
- 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-08-R-0020
- Response Due
- 2/13/2008
- Archive Date
- 4/13/2008
- Point of Contact
- Christopher D. Reinhardt, 912-652-5148
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(christopher.d.reinhardt@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NAICS: 236220 FSC Code: Y199 Contractual Questions: Christopher Reinhardt (912) 652 5148 Technical Questions: Catherine Bingham (912) 652 5755 NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://www.fedteds.gov. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. Description of work: Design and construct the Combi ned FORSCOM/USARC Headquarters at Fort Bragg, North Carolina. The design-build project includes design services, site demolition and preparation, construction of utility infrastructure and approximately 650,000 square feet (SF) of Command Headquarters off ice space and associated communications buildings. The project will be incrementally funded in FY-08, FY-09 and FY-10. The Combined FORSCOM/USARC Headquarters will provide a complex at Fort Bragg to replace the existing two separate U.S. Army Forces and R eserve Command Headquarters at Fort McPherson. The complex will consist of a Command Headquarters Building, an Installation Processing Node (IPN), Directorate of Information Management (DOIM) Administrative Building, DOIM Operator Services Building Expans ion, Information Technology (IT) Building Expansion, a Disaster Recovery Center (DRC), and an Energy Plant. The facilities include command suites, classified meeting/video teleconferencing (VTC) areas, special staff areas, directorate general officer sui tes, a sensitive compartmented information facility with VTC, a FORSCOM Operations Center with mezzanine, map/drawing storage, classified message center, information network operations center, theater, classified and unclassified meeting rooms, law library , open office areas, raised floors, loading dock, equipment storage and staging areas, manned entry control points, personnel security scanning equipment and turnstiles, waiting area, passenger elevators, ceremonial display lobby, and redundant/emergency e lectrical supply. All buildings will include a raised floor system. The Installation Processing Node and Disaster Recovery Center will include classified computer area, network monitoring area and communications room, redundant emergency UPS power supply , and redundant HVAC. Construction will include an energy plant with boilers, chillers, cooling towers, emergency power generation and load centers, fuel storage and a loading dock. Construction will also include fire alarm and suppression systems, and i ntrusion detection system (IDS). Provisions will be identified for connection to the central energy monitoring and control system (EMCS), interior communications, and building information systems. Supporting facilities include utilities; sanitary sewer l ift station; roads; parking; walks, curbs and gutters; storm drainage; erosion control; retention basins; information systems; site improvements and landscaping; anti-terrorism/force protection (AT/FP) measures; and exterior communications and building inf ormation systems. Access for the handicapped will be provided. Six existing buildings will be demolished (approximately 56,000 SF). Demolition requirements may include asbestos abatement and underground fuel storage tank removal and disposal. Comprehen sive interior design services as well as furniture procurement are required. The project will be solicited and procured using a two step design-build request for proposal in accordance with FAR 36.3. Phase I Offerors are required to submit past perf ormance, specialized experience and organization and technical approach information. Phase II 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 while the Government may elect to consider data obtained from other sources , the burden of proof of acceptability rests with the Offeror. PHASE I FACTORS: FACTOR 1 SPECIALIZED EXPERIENCE is the most important factor. FACTOR 2 PAST PERFORMANCE is slightly less important than factor 1. FACTOR 3 ORGANIZATION AND TE CHNICAL APPROACH is slightly less important than factor 2. PHASE II FACTORS: FACTOR 1 DESIGN TECHNICAL is the most important and is comprised of the following four subfactors: SUBFACTOR 1 - BUILDING FUNCTIONAL AND AESTHETICS is the most importa nt subfactor, SUBFACTOR 2 - QUALITY OF BUILDING SYSTEMS AND MATERIALS is equally important with subfactor 1, SUBFACTOR 3 - SITE DESIGN is slightly less important then subfactors 1 and 2, SUBFACTOR 4 - SUSTAINABILITY REQUIREMENTS is slightly less important then subfactor 3. FACTOR 2 - PHASE 1 PROPOSAL ROLLUP EVALUATION is slightly less important than FACTOR 1. FACTOR 3 REMAINING PERFORMANCE CAPABILITY is slightly less important than FACTOR 2 and is comprised of the following two subfactors: SUBFACTOR 1 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE is the most important subfactor, SUBFACTOR 2 KEY SUBCONTRACTORS is slightly less important than subfactor 1. FACTOR 4 UTILIZATION OF SMALL BUSINESS CONCERNS is slightly less important than factor 3. FA CTOR 5 - PRICE (Standard Form 1442 and Proposal Bid Schedules) is slightly less important then factor 4. The anticipated cost range is $250,000,000 - $500,000,000. Options may be included. Network Analysis will be required. This solicitation is i ssued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. Phase I of this solicitation will be issued in electronic format only and will be available on or about 15 Days from FEDBIZOPS on the internet at http:// www.fedteds.gov. Notification of amendments will be through use of the internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the internet address provided as necessary for any post ed changes to this solicitation and all amendments. For additional information or assistance, please contact Chris Reinhardt Contract Specialist, 912-652-5148 or via email at Christopher.D.Reinhardt@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
- SN01494168-W 20080130/080128224718 (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 |