Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

Y -- Brigade Combat Team (Light) Complex, Phase 1A Barracks (FTR251), Joint Base Elmendorf-Richardson, AK

Notice Date
9/15/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-R-0020
 
Archive Date
11/19/2011
 
Point of Contact
Kathy Wooldridge,
 
E-Mail Address
kathy.wooldridge@usace.army.mil
(kathy.wooldridge@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This is a pre-solicitation notice for a one-step, unrestricted Request for Proposal for construction of a standard design Brigade Combat Team (Light) Complex, Phase 1A Barracks on Joint Base Elmendorf-Richardson, Alaska. The contract cost magnitude for contract award is approximately $60 million to $80 million. The resulting contract will be firm-fixed priced. The procurement will be conducted using single phase source selection procedures and the award will be based on the best value to the Government considering the price and non-price factors cited in this announcement and the solicitation. The Davis-Bacon Act will apply. This RFP will include Contract Clause 52.219-4 regarding a 10% price evaluation preference for HUBZone small business concerns. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in CCR and ORCA ( http://orca.bpn.gov ). Joint Ventures demonstrating the necessary qualifications will be considered and are encouraged. Joint ventures must be registered in CCR and ORCA as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the CCR database will make an Offeror ineligible for award, (Reference DFAR 252.204-7004, Required Central Contractor Registration). Call 1-888-227-2423 for CCR information, or visit the CCR website at https://www.bpn.gov. Anticipated NTP: Spring 2012 with a 730 calendar-day period of performance. (1) PROJECT INFORMATION: Construct a Standard Design Brigade Combat Team (Light) Complex, Phase 1A. A multi-story building with basement, reinforced concrete foundation and floor slabs, masonry walls, and roof. Primary facilities include a 480 space barracks, living and sleeping quarters, baths, storage, service areas, keyless entry, information systems, fire protection/detection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating (gas fired boilers) will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Remediation of contaminated soil and furnishings for all facilities will be accomplished with other appropriations. This project also includes the demolition of approximately 175,000 SF. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Factor 1, Performance Capability, with 4 subfactors: 1) Specialized Experience, 2) Proposed Contract Duration and Summary Schedule, 3) Organization/Technical Approach, and 4) Utilization of Small Business; Factor 2, Past Performance; and Factor 3, Price and Pro Forma Information The Government considers the overall non-price rating to be approximately equal to price. (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 04 October 2011, at the Federal Business Opportunities website at http://www.fbo.gov/. Enter this solicitation number (W911KB-11-R-0020) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0020/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02578370-W 20110917/110915235957-5314d8b860d49748d5bb2fea950a3377 (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.