Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

Y -- PNGJKZ920012P1, FY10 SERE Force Support Facility, Phase 1Fairchild Air Force Base, Washington

Notice Date
4/22/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-10-R-0048
 
Response Due
6/8/2010
 
Archive Date
8/7/2010
 
Point of Contact
Maria Colville, (206) 764-6070
 
E-Mail Address
USACE District, Seattle
(maria.a.colville@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Seattle small business administration has made a determination that this procurement shall proceed as a competitive 100% small business set-aside. This announcement is open to small business firms and the offeror (contractor) must be able to bond for the entire amount of the project. The Seattle District Corps of Engineers has a requirement to Design-Build a 2,029SM consolidated administrative facility for the Survival, Evasion, Resistance, and Escape (SERE) Force Support Complex Phase 1. This office space is for the 336th Training Squadron and Command training and support functions at the USAFs SERE School. Existing buildings B1324 and B1334 totaling 4,384SM will be demolished. The supporting facilities will include parking, landscaping, utilities; water; electric service; security and street lighting; fire protection and alarm systems; paving, sidewalks, curbs and gutters; storm and sanitary sewers; information systems; and site improvements. Anti-terrorism/force protection (AT/FP) measures will be included in this project, including measures for building setback distances, landscaping, security lighting, structure hardening, and protective glass (as required). Comprehensive building and furnishings related interior design services are required of the design-build contractor. The design and construction costs of this project will be subject to the contract cost limitation (CCL) of $9.5 million and a completion period not to exceed 540 calendar days after NTP. The NAICS code for this project is 236220 with a small business size standard of $33.5M. The solicitation will be a two-phase Design-Build competitive RFP in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.3 entitled Two-Phase Design-Build Selection Procedures. There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach, evidence of ability to obtain bonding) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions in the solicitation. The submittals will be evaluated and the Contracting Officer will select up to five of the most highly qualified offerors. Phase Two will require the offerors selected in Phase One to submit technical and price proposals, which will be evaluated utilizing the best value process as defined in Federal Acquisition Regulation (FAR) Part 15 and will include price and non-price evaluation factors. A firm-fixed price contract will be negotiated as a result of the solicitation. As previously stated, this project is set-aside for SB firms. On or about 7 May 2010, the solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW-10-R-0048. You must be registered with the FBO website to download the solicitation documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only. CONTRACTING POC: Susan Newby (Susan.F.Newby@usace.army.mil); (206) 764-6754 ALTERNATE POC: Larry A. Bradbury (Larry.a.Bradbury@usace.army.mil); (206) 764-3266
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-R-0048/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02129219-W 20100424/100422234609-29f164fdb13c6e3e07fe24e10b81809d (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.