SOLICITATION NOTICE
Y -- ARRA - TOBYHANNA ARMY DEPOT, REPLACE FAMILY HOUSING
- Notice Date
- 1/26/2010
- Notice Type
- Presolicitation
- NAICS
- 236115
— New Single-Family Housing Construction (except Operative Builders)
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-10-R-0009
- Archive Date
- 8/31/2010
- Point of Contact
- Sabrina A. Tippins, Phone: 757-201-7136, Debora S Gray, Phone: 757-201-7551
- E-Mail Address
-
sabrina.a.tippins@usace.army.mil, debora.s.gray@usace.army.mil
(sabrina.a.tippins@usace.army.mil, debora.s.gray@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS PROCUREMENT IS A FULL AND OPEN PROCUREMENT. The U.S. Army Corps of Engineers, Norfolk District has a requirement for a design-build project to construct two (2) four-bedroom housing units, one for the Commanding Colonel and one for the Lt Colonel/Major on Government-owned land at Tobyhanna Army Depot, Tobyhanna, PA. The project includes basements, all associated supporting facilities and surrounding landscaping/infrastructure, the demolition of two residences with no environmental impact to the surrounding area as required to comply with the requirement in the Scope of Work. The solicitation number assign to this acquisition is W91236-10-R-0009. The Government intends to award a firm fixed price contract using One-Phase Design-Build Selection Procedures and Contracting by Negotiation procedures outlined in FAR 36 and FAR 15. The evaluations factors for this procurement is as follows, listed in descending order of importance. Volume 1 - Factor 1 - Design Technical Subfactor 1 - Unit Functional, Aesthetics And Space Subfactor 2 - Quality Of Building Systems And Materials Subfactor 3 - Site Design Subfactor 4 - Sustainability Requirements Volume 2 - Factor 2 - Performance Capability Subfactor 1- Specialized Experience Subfactor 2- Past Performance Subfactor 3 - Proposed Contract Duration And Summary Schedule Subfactor 4 - Organization / Technical Approach Subfactor 5 - Key Personnel Capabilities And Experience Subfactor 6 - Utilization Of Small Business Concerns Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The construction duration is 12 months from receipt of Notice to Proceed. The magnitude of construction is estimated to be less than $1,000,000.00. The solicitation will be posted on/about February 10, 2010. The receipt date for proposals is on/about March 12, 2010 by 2:00 pm. NAICS CODE 236115 ($33.5M) applies to this procurement. Submission requirements and the plans/specs will be available on/about February 10, 2010 via Federal Business Opportunities (FedBizOpps, https://www.fbo.gov). Keyword search W91236-10-R-0009. Bid bonds will be required with proposal submittals. No hard copies will be available. Prospective contractors MUST be registered in the DOD Central Contractor Registration (CCR) database. CCR Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent access to FedBizOpps and will make an offeror ineligible for award. Vendors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead, this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete, and accurate as of the date of your signature, or list any changes. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. It is recommended that vendors register as "interested vendors" within the www.fbo.gov website. Inquires may be directed to Sabrina Tippins via email at Sabrina.a.tippins@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0009/listing.html)
- Record
- SN02049900-W 20100128/100126234648-ff070afa8c04eda55bd36c5a5694ab7e (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 |