SOLICITATION NOTICE
Y -- REPLACE FAMILY HOUSING, MINOT AFB, NORTH DAKOTA
- Notice Date
- 6/12/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- DACA45-02-R-0024
- Response Due
- 8/6/2002
- Archive Date
- 9/5/2002
- Point of Contact
- Travida Smith, (402) 221-4109
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(travida.d.smith@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 13 June 2002 Project Information Solicitation No. DACA45?02?R?0024 On or about 9 July 2002, this office will issue a Request for Proposal for an Indefinite-Delivery Type (IDT) contract for design-build services to REPLACE FAMILY HOUSING, MINOT AFB, NORTH DAKOTA. This solicitation is advertised in accordance with FAR 36.3 , Two Phase Design Build Selection Procedures. There will be Phase I (pre-qualification) and Phase II (submission of technical and price proposals). Phase I proposals will be received on or about 8 August 2002. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO LARGE AND SMALL BUSINESS PARTICIPATION. ___________________________________________________________________ Overview of the Minot Family Housing Contract The Government intends to award an Indefinite-Delivery Type (IDT) contract to the successful Offeror to supply design and construction for family housing units at Minot AFB for a base period of five (5) years with an option to extend the contract for anoth er five (5) year period. The estimated overall value of the contract is not to exceed $350 million. It is anticipated that task orders will be awarded annually in the range of $35-$45 million, which will typically include 150-250 units for demolition and replacement and the potential for renovating some existing units. Proposal Evaluation of Phase I Proposals will be submitted for Phase I and evaluated based on the criteria set forth in Phase I submission requirements. Offeror's submitting the required information will be subject to the evaluation factors specified in RFP section PROPOSAL SUBMISSION AND EVALUATION. An adjectival method of evaluation will be used to evaluate the factors in Phase I. Offeror's submitting Phase I requirements will be required to put forth pre-qualification data (e.g., past experience (design and construction), past perf ormance (design and construction), program management, key personnel) for selection of the most highly qualified firms. After evaluation of Phase I is completed, selected firms from Phase I will be instructed to proceed to Phase II requirements of the RFP . Proposal Evaluation of Phase II Firms participating in the Phase II will submit technical requirements in accordance with section PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on the best value approach considering technical elements for evaluation (e.g., concep t design, project management, utilization of small business concerns) and price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be comparatively evaluated for reasonableness. Task Order No. 1 (Approx. quantities) Funding Year 2003, Task Order No. 1 will require the demolition of 228 existing units (6-duplex and 54-fourplex) and replacement with 214 new living units (107-duplexes). Design and construction requires a mixture of 16-two bedroom, 150-three bedroom and 4 8-four bedroom units throughout locations on Government-owned land at Minot AFB, ND. All units will require double-car garages, central air conditioning, refrigerators, garbage disposals, dishwashers, water heaters, range/ovens, automatic garage door opene rs, carbon monoxide detectors and smoke detectors. _______________________________________________________________________________ Contractor's Quality Control will be a requirement in this contract. Large business concerns shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2002: (a) Small Business: 61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars*. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars*. (d) Severely Disabled Veterans 3.0% of planned subcontracting dollars*. (e) HUBZones 3.0% of planned s ubcontracting dollars*. *- Small business concerns owned and controlled by. Pertains to Phase II Proposals The selected Offeror will be required to commence work 10 days after notice to proceed is given on Task Order No. 1 and complete the work within the Offeror's proposed schedule for the Task Order. Offeror's Schedule includes all design, design reviews, an d construction completion. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If you do not have Internet access, then you may fax your request to (402) 221-4199, faxed requests will take longer to process, causing a delay in receiving Solicitation documents. Please include the following information: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed. Amendments will be available through the Internet address indicated above. Contractors, Subcontractors and suppliers shall be responsible to check the internet address for amendments.); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, you must login to this website to make the changes. Failure to provide correct or updated information may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of the same should be made to either: Travida Smith at 402?221?4109 or travida.d.smith@usace.army.mil or Lee McCormick at 402-221-4045 or lee.m.mccormick@usace.army.mil. Telephone calls regarding Small Business matters should be made to: 402?221?4110. T elephone calls on proposal documents (technical content) should be made to the Project Manager or Specification Section at: (402) 221?3985 or 4413. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 106 South 15th Street Omaha, NE 68102?1618
- Place of Performance
- Address: MINOT AIR FORCE BASE MINOT AIR FORCE BASE MINOT ND
- Zip Code: 58704
- Country: US
- Zip Code: 58704
- Record
- SN00092428-W 20020614/020613084756 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |