Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SOLICITATION NOTICE

54 -- Fort Hood Vehicle Bridge

Notice Date
4/3/2020 6:27:24 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G-20-R-0020
 
Archive Date
04/30/2020
 
Point of Contact
Eugene A. Gibbs, Phone: 8178861069
 
E-Mail Address
Eugene.a.gibbs@usace.army.mil
(Eugene.a.gibbs@usace.army.mil)
 
Description
PRE-SOLICITATION For�Fort Hood Vehicle Bridge, Fort Hood, TX� (W9126G20R0002) This is not a solicitation. A solicitation will be issued between Monday the 2nd of March and Friday the 10th�of April 2020�and will use a Two-Phase Design Build Process in accordance with FAR 36.3 -Two-Phase Design-Build Selection Procedures. CONTRACT INFORMATION: This announcement is an UNRESTRICTED acquisition to construct a new, two-lane Bridge with a tank trail that replaces the existing, bridge (BVM22) located at Clear Creek and Turkey Run road. , Fort Hood, TX. �Proposed project will be a competitive, firm-fixed price, Design-Build contract. The North American Industrial Classification System code is 237310, which has a size standard of $39.5 million. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in September 2020. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. No state level certifications will be accepted. PROJECT INFORMATION: Construction range is between $10,000,000 and $25,000,000. This project shall include the Construct a new two-lane bridge with a tank trail at Clear Creek and Turkey Run Road to replace the existing, failing bridge. Load capacity of approximately 150 Tons will be provided. Project includes the bridge, tank trails, removal of the existing bridge, and associated approach roads. Supporting facilities include site development, electric utilities, curbing, erosion control and traffic management devices. As a horizontal construction project, no provisions are needed for; heating/cooling, electronic security or communication devices. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Sustainability/Energy measures and low impact development will be incorporated into this project. There are no vertical structures to demolish; however, the existing bridge and abutments will be removed. Since this is an active river crossing that is subject to sudden flooding, all features will be above the 100-year flood level to prevent erosion and ensure safety of Soldiers. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. This solicitation will be evaluated under the Two-Phase Design Build Process in accordance with FAR 36.3-Two-Phase Design-Build Selection Procedures. In Phase 1, interested firms or joint venture entities (referred to as ""Offerors"") will submit a proposal demonstrating their past performance and capability to successfully execute this requirement. The Government will evaluate the performance capacity in accordance with the criteria described in the Phase 1 solicitation and intends to select no more than five (5) of the Phase 1 offerors to compete in Phase 2. In Phase 2, the selected offerors will submit a technical proposal and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall ""best value"" to the Government, considering all technical and non-technical factors including cost or price identified under Phases 1 and 2. Construction Experience on Similar Vehicular Bridge Projects will be required and is defined as: (a)� Management of $10,000,000 new Design Build construction project. (b)� Similar projects include: Managing new Design Build construction of Vehicular Bridges such as multi-lane bridges, overcrossings as designed in accordance with TxDOT criteria. (c)� Experience of the entity (Prime and/or Sub contractor) performing new Design-Build Experience construction on of Vehicular Bridges such as multi-lane bridges, overcrossings as designed in accordance with TxDOT criteria. After solicitation issuance, contractors may view and/or download this solicitation, specifications and all amendments at the following internet addresses: Beta.Sam.Gov (www.Beta.Sam.gov ). Type in the search box the solicitation number W9126G20R0002. The use of the websites requires prior registration. Plans and specifications will NOT be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the Beta.Sam.Gov website and or any other official government website for amendments to the solicitation. You must be registered with the SAM, to receive a Government contract award. Phase1 proposals are anticipated to be due in May 2020. If the Government elects to conduct a pre-proposal conference and site visit for Phase 2, it will be conducted after the Phase 1 selection has been made. The Primary Point of Contract for this project is Eugene A. Gibbs, Contract Specialist, email is Eugene.A.Gibbs@usace.army.mil. All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the Beta.Sam.Gov address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/77cdff010b7642d5bd598ae7a23ba440/view)
 
Place of Performance
Address: Fort Hood, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN05610105-F 20200405/200403230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.