COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30, 2001 PSA #2988
SOLICITATIONS
Y -- COMMUNICATION FACILITY -- FORT GORDON, GEORGIA
- Notice Date
- November 28, 2001
- Contracting Office
- US Army Corps of Engineers, Savannah -- Military Works, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- DACA21-02-R-0015
- Response Due
- December 17, 2001
- Point of Contact
- Elaine Radcliffe, (912) 652-5416, FAX (912) 652-5828
- E-Mail Address
- US Army Corps of Engineers, Savannah -- Military Works (elaine.p.radcliffe@sas02.usace.army.mil)
- Description
- NOTE: Any prospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/. Contractors may view and/or download this solicitation and all amendments from the internet after solicitation issuance. Plans and specifications will be issued on Compact Disk (CD-ROM) and will be provided free of charge. Paper copies of this solicitation will not be available. Description of work: Construct an information systems facility, to include functional space for switchgear, uninterrupted power supply protection, communications operations, Information Management administrative areas, controlled humidity part storage and repair areas, 24 hour operator/information operations, logistical support, records management, and all other information management functions under the Directorate of Information Management (DOIM). Install intrusion detection system (IDS). Provide control monitoring and control capability, fully compatible with the existing installation Direct Digital Control energy monitoring and control system (EMCS). Anti-terrorism and Force Protection measure s for appropriate threat levels will be incorporated in the design. Supporting facility include partial upgrade to water, sewer, electrical and gas; fire protection and alarm systems; paving, walks, curbs and gutters; storm drainage; information systems; and site improvements. Access for the handicapped will be provided. Heating (gas-fired) will be provided by sta nd alone systems. Air conditioning: 200 tons. Perform asbestos abatement and demolish five buildings. This project shall be designed by registered architects and engineers employed by or subcontracted by the successful contractor. This project will be procured using the two-phase design-build selection procedures set forth in FAR 36.3. Factors and subfac tors will be considered in evaluating proposals at Phase One and Phase Two. In Phase One, Factor 1-1, Offeror Past Performance and Factor 1-4, Offeror Sustainable Design Experience are considered comparatively equal in value, and is significantly more imp ortant than Factor 1-2 Technical Approach Narrative, and Factor 1-3 Offeror Relevant Experience. Factors 1-2 Technical Approach Narrative, and Factor 1-3 Offeror Relevant Experience are comparatively equal in value. In Phase Two, Factor 2-1, Building Fun ction and Aesthetics is more important than Factor 2-4, Sustainable Design. Factor 2-4,Sustainable Design is more important than Factor 2-2, Building Systems. Factor 2-2, Building Systems is equal to Factor 2-3, Site Design Considerations. Factor 2-3, S ite Design Considerations is more important than Factor 2-5, Offeror Management Plans and Schedules. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if necessary) and in making the final best valu e determination for award. All evaluation factors other than price, when combined, are equal to price. The importance of price in making the final award decision will increase if two or more Offerors are found to be comparatively equal in the areas of Desi gn Narrative/Technical Solutions and Management Plan. Phase Two will not be a low bid solicitation. If awarded the contract, the offeror shall complete the design, permitting and construction documents, obtain all required permits and construct the build ing and systems and perform any demolition and disposal work required. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if necessary) and in making the final best value determination for award. Al l evaluation factors other than price, when combined, are equal to price. The importance of price in making the final award decision will increase if two or more Offerors are found to be comparatively equal in the areas of Design Narrative/Technical Solut ions and Management Plan. No more than five offerors w ill be invited to participate in phase two. The Government anticipates that the phase two documents will be issued on or about February 17, 2002. Award will be made to that offeror whose proposal contains the combination of those criteria offering the best overall value to the Government. This will be determined by comparing differences in the value of technical and management features with differences in price to the Government. In making this comparison, the Government is concerned with striking the mos t advantageous balance between technical and management features and price to the Government. As relative advantages and disadvantages become less distinct, differences in price between proposals are of increased importance in determining the most advanta geous proposal. Conversely, as differences in price become less distinct, relative advantages and disadvantages between proposals are of increased importance to the determination. The Government reserves the right to accept other than the lowest priced o ffer. The right is also reserved to reject any and all offers. The basis of award will be a conforming offer; the price or cost of which may or may not be the lowest. Offerors are reminded to include their best technical and price terms in their initial proposal and not to automatically assume that they will have an opportunity to participate in discussions (if held), or be asked to submit a revised offer (if discussions are held). It is the Government s intent not to hold discussions. The Government m ay make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. Options may be included in the solicitation. Estimated cost range of project is from $5,000,000.00 to $15,000,000.00. Network Analysis System will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 (Public Law 100-656). Phase One of this solicitation will be issued in electronic format only and will also be available on or about December 17, 2001 on the internet at http://ebs.sas.usace.army.mil/ Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor s responsibility to check the Internet address provided below as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Elliott Williamson, Contract Specialist, 912-652-5709. Co ntractors may view and/or download this solicitation and all amendments from the Internet at the following Internet address: http://ebs.sas.usace.army.mil/
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20011130/YSOL001.HTM (D-332 SN513910)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on November 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|