SOLICITATION NOTICE
Y -- Replace Headquarters Facility, DLA, Defense Distribution Center, New Cumberland, PA
- Notice Date
- 10/21/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-R-0001
- Response Due
- 1/20/2012
- Archive Date
- 3/20/2012
- Point of Contact
- Gary Faykes, 410-962-0192
- E-Mail Address
-
USACE District, Baltimore
(gary.faykes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This proposed procurement is Unrestricted, NAICS is 236220 "Commercial and Institutional Building Construction" with a size standard of $33,500,000.00. Design/Bid/Build construction Replacing Existing Headquarters Facility with New Headquarters for a Major Command, Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA is being advertised as a request for proposal. This project is for the construction of 24,620 square-meter (SM) 265,000 square-foot (SF) multistory office building to accommodate 965 employees of a Primary Level Field Activity command headquarters. Space includes open and private office space, conference rooms, cafeteria, auditorium, video conferencing center, computer center with raised flooring, storage areas for filing systems, and other special-purpose spaces. Supporting facilities include all required utilities, access roads, walks, curbs and control barriers, intrusion detection systems, and related site improvements. Install special deep foundations. Replace and upgrade the electrical substation transformer and feeders to support building electrical loads. Design facilities to meet Americans with Disabilities Act, Energy Policy Act of 2005, related sustainable design registered certification in accordance with Leadership in Energy and Environmental Design - New Construction. Demolish a structure in the footprint of the new building (8,900 SF). Relocate/restore golf course fairway and greens in the site footprint. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Estimated cost of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is 1240 calendar days from Notice to Proceed. Large Business Firms are required to submit a subcontracting plan with their proposals. For the purposes of this procurement, the following goals are considered reasonable and achievable during the term of the contract: 50% a minimum of the planned subcontracting dollars to be placed with small business concerns. (The following are subsets of the small business goal): and of that portion placed with small business concerns, 17% shall be placed with small disadvantaged business concerns, to include HBCU/MI's; 18% to be placed with women owned small businesses; 10% to be placed with HUBZone small businesses; 8.5% to be placed with veteran-owned small businesses and 4% to be placed with service-disabled veteran owned small businesses. A contract will be awarded to the Offeror whose proposal represents the "Best Value" to the Government. The best value determination will be made using the trade-off process by comparing differences in the value of non-price technical and management features of a proposal with differences in price. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. It is imperative that a small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge. The media through which the Government chooses to issue this solicitation is the Internet. The solicitation will not be issued in paper. All responsible sources may submit a proposal, which shall be considered by the agency. Please note that all Corps of Engineers acquisitions are considered Sensitive, but Unclassified documents, and require users to have a valid MPIN entered in the FBO system to access the package. No phone or fax request for a copy of the solicitation will be considered. This solicitation will be available on or about 21 November 2011, proposals due on or about 20 January 2012. A site visit will be conducted, date to be determined.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0001/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Record
- SN02611248-W 20111023/111021234536-d57e59176338ab522aa10df5c943e214 (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 |