COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2001 PSA #2930
SOLICITATIONS
Y -- DESIGN-BUILD: FY02 MCA DEVELOPMENT FACILITIES, FORT LEWIS, WA
- Notice Date
- September 4, 2001
- Contracting Office
- US Army Engineer District, Seattle -- Military, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACA67-02-R-0201
- Response Due
- December 14, 2001
- Point of Contact
- Vincent Daniels, 206-764-3572
- E-Mail Address
- US Army Engineer District, Seattle -- Military (vincent.e.daniels@nws02.usace.army.mil)
- Description
- Design and construct deployment facilities at the Fort Lewis Logistics Center, Pierce County, Washington. Project includes three distinctive functional components to support Army deployment missions as described below. This solicitation will be conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 36.3 entitled Two-Phase Design-Build Selection Procedures. During the Phase One (Pre-qualification), this procurement will be advertised in the Commerce Business Daily and on the Seattle District s web page. Those firms that wish to be considered for pre-qualification may provide submittals in accordance with the requirements stated in the solicitation. The submittals will be evaluated and the Contracting Officer will select up to five of the most highly qualified offerors based on demonstrated experience, qualifications, past performance, and organizational approach. Phase Two will require the pre-qualified firms to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15. One firm-fixed price contract will be awarded as a result of the Phase Two evaluation to the firm offering the best value to the Government in terms of technical, price, and other pertinent factors (e.g., subcontr acting goals). RFP criteria reflect a 25% design concept, narrative and drawings. Technical proposals may include a project management plan with proposed performance schedule, project phasing plan, traffic management plan, team organization and project ma nagement procedures; technical narrative, drawings/sketches, catalog cuts, and other materials required to convey the quality of proposed design, materials and construction methods; sustainable design features which promote environmental stewardship, devel opment of a healthy, safe, and productive work environment, resource conservation and waste reduction, and use of recovered and recycled materials; and use of small and small disadvantaged businesses. An energy life cycle cost analysis is required as par t of the contractor s design analysis. Following contract award, the contractor will be required to complete and submit for Government approval the 65% design, 95% design, and a corrected final design. Government review periods for each submittal are exp ected to consume at least 3 weeks and will involve widely dispersed design review offices. Construction notice to proceed will be issued upon Government approval of the contractors corrected final design submittal. Railhead Improvements: Design and con struct upgrade of 1800 meters of existing deployment and interchange yard lead track, turnouts, and crossovers; design and construct 8 new 750 meter loading spurs, associated drive-on end ramps, one side-loading ramp, and concrete loading area between sele cted tracks; demolish, stockpile, and/or remove existing rail spurs; demolish existing pavement along Park and Benton Avenues, O and Q Streets, and selected other areas; design and construct associated site improvements including vehicle, cargo, and co ntainer concrete hardstands, railroad spur area lighting, power, and telecommunications; drainage improvements, asphalt roadwork, and fencing. Transportation Inspection Point (TIP): Design and construct a 2000 square meter (SM) deployment vehicle processi ng facility to process military vehicles and equipment; concrete staging areas; concrete and asphalt access roads; a 260 SM 3-bay vehicle maintenance facility; vehicle scales and scale house; a 174 SM deployment site control facility; a 19,000 liter vehicl e defueling station; a two-station vehicle wash rack; a 5 SM access control guard shack; and associated site and utility improvements, including area lighting, drainage, telecommunications, power, and fencing. Work includes grading and paving 3415 meters of an existing tactical vehicle roadway servicing the Logistics Center. The steel framed buildings are to be constructed of concrete masonry units and metal si ding, insulated standing seam metal roofing, aluminum windows, and include a fire suppression systems, plumbing, and will be heated by natural gas-fired infrared, gas and electric hot water fan coil units. Telecommunications equipment rooms are to be coole d by self-contained, split ductless cooling units. The TIP includes three well-ventilated vehicle inspection lanes, three inspection pits, floor creepers, tool rooms, administrative offices and a classroom, computer staff and soldier rest rooms, and elect rically operated overhead doors. The deployment site control facility will be constructed above the vehicle inspection lanes to provide visual control over the processing and flow of personnel, vehicles, cargo, and containers over the entire deployment si te. Two of three vehicle maintenance facility bays will have a lighted, ventilated maintenance pits. Eyewash stations, a 7.5 ton overhead crane, and a ventilated welding area will be provided. The maintenance facility will also include space for mechani cal equipment, tool storage, offices, and a restroom. The contractor will be dismantling, relocating and/or salvaging existing vehicle scales, loading ramps, and brake machines. Pallet/Container Handling Facility: Design and construct a 7000 SM containe r/pallet handling facility for the efficient processing of pre-packaged deployment palletized and containerized materiel; relocate a logistics storage yard, office building and shed, and loading ramps; and improve selected Logistic Center roadways and stre et intersections. Pallet/container handling facility to include a pallet storage rack system, a partially covered 400 SM box and pallet storage, interior pallet scale, offices, equipment rooms, and restrooms. Building floor and loading areas to be designe d for forklift operations. Building to be heated with natural gas infra-red heaters. Building ventilation to be provided with large axial, wall exhaust fans place in gable end walls. Office areas to be heated and ventilated with electric fan coil units. Truck asphalt access/egress roads, parking, truck circulation, and concrete loading areas will be provided. Site improvements include necessary lighting, fencing, drainage, and utilities work. Existing deployment and logistics facilities must remain op erational throughout the construction period. The contractor will be required to develop a construction phasing plan that will support all the operational constraints and conditions identified in the construction request for proposal while continuing to m ake progress toward completion of the new deployment facilities. This solicitation will be issued as an Electronic Bid Set (EBS) and will be available to download on or about 1 October 2001 at: http://www.nws.usace.army.mil/ct. NO CDs OR HARD COPIES WILL BE AVAILABLE. You may register at the web site as a Prime, Sub or Plans Room. The registration is only so primes and subs can check the list and contact each other; not for the purpose of mailing any CDs or hard copies of the solicitation. Estimated do llar value for design and construction of this project is in the range of $25 million to $50 million and the completion period is 660 calendar days. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classif ication System (NAICS) Code. The NAICS code for this project is 233310, which is matched to SIC Code 1541. Project is open to both large and small business. If you are a large business and your bid or proposal will exceed $1 million, you will be require d to submit a subcontracting plan with goals for small, HUBZone, small disadvantaged, small woman-owned, and small veteran-owned concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $27.5 million. Proposed procurement will result in a fixed-price contract. For additional contracting oppor tunities, visit the Army Single Face to Industry at http://acquisition.army.mil/
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010906/YSOL001.HTM (D-247 SN50W6R0)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on September 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|