SOLICITATION NOTICE
Y -- SOF Joint Operations Complex - Fort Bragg, North Carolina
- Notice Date
- 7/19/2002
- Notice Type
- Solicitation Notice
- 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-0043
- Response Due
- 9/9/2002
- Point of Contact
- Elaine Radcliffe, (912) 652-5416
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 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/ . Plans and specifications will be issued on Compact Disk (CD-ROM) and will be provi ded free of charge. CDs will be issued on a first come first served basis and will be available on or about August 9, 2002. Paper copies of this solicitation will not be available. This solicitation is issued on an unrestricted basis pursuant to the Bu siness Opportunity Development Reform Act of 1988. Notifications of amendments will be through the use of the Internet. It is the contractor?s responsibility to register for the solicitation and to check the Internet address of http://ebs.sas.usace.army. mil as necessary for any additional amendments to the solicitation. This project will be solicited and procured using a Low Price/Technically Acceptable (LPTA) Request for Proposal (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15.101- 2, Lowest Price/Technically Acceptable source selection process. Proposals will be evaluated against criteria stated in the RFP on Go (acceptable)/No-Go (unacceptable) basis. Each factor and sub-factor shall be rated either Go or No-Go. All factors and sub-factors are equal in weight. High- risk proposals are those who have not demonstrated ability to perform the construction based on the following Description of Work: Construct a two-story Joint Operations Complex with basement (71,500 GSF) consisting of joint operations command and control center, administrative office space, conference rooms, latrines and showers, storage rooms, communications closets, utility rooms and mechanical room. Construction will consist of a reinforced concrete foundation, concrete floor slab with raised computer flooring throughout, structural steel, steel roof framing, and a fully adhered over rigid insulation. Automatic sprinkler systems will be provided throughout the new facility. Multiple AHU?s with a fully ducted re turn air system will be specified, HVAC will be a VAV system with air cooled chillers. Supporting facilities include electrical service, emergency generator, security lighting, fire protection and alarm system, communications, utilities management control system, water, sewer storm drainage, paving, sidewalks, curbs and gutters, landscaping and other site improvements. Contract will include options to renovate existing 14,000 GSF administrative space and new 6,000 GSF fitness addition to existing facility . The factors are Factor 1-1, Offeror Past Performance, which consists of Sub-factors 1-1(a) Quality of Construction; Sub-factor 1-1(b) Timeliness of Performance; Sub-factor 1-1(c) Documentation; Sub-factor 1-1(d) Customer Satisfaction; Sub-factor 1-1(e) Subcontractor Management. Factor 1-2 is Offeror Relevant Specialized Experience. A sample Past Performance Evaluation Questionnaire will be included in the Request for Proposal. The Offeror shall identify a minimum of three in-progress or completed proj ects to be used for reference and evaluation purposes and provide a questionnaire to the Point of Contact for each project listed for completion. When completed, these forms may be mailed or faxed to the Savannah District Contract Specialist identified in the sample transmittal letter provided. Failure of a reference verification to arrive at the Savannah District within the identified time period may adversely affect the overall rating received for this project. It is the contractor?s responsibility to ensure that the reference documentation is provided. The evaluation form shall be provided to the Savannah District directly from the reference. Projects from which questionnaires are received shall have been completed within ten years of the date of the solicitation. Factor 1-2, Offeror Relevant Specialized Experience. Provide examples (at least three) of projects for which the offeror has been responsible. The examples are to be specifically related to the project being advertised. Provide references (with contract names and telephone numbers) for all examples cited. Each example shall indicate the general character, scope, location, cost, and date of comp letion of the project. If the offeror represents the combining of two or more companies for the purpose of this RFP, each company shall list project examples. Example projects must have required to submit a price and technical proposal. Each proposal sh all contain the offeror?s best technical proposal and best price. Award will be made to the technically acceptable lowest price offeror whose price is determined to be fair and reasonable without discussion of such offers. If any factor or sub-factor is rated a No/Go, the offeror?s proposal may not be acceptable. Pricing will not be scored. Prices submitted will be evaluated only after determination of those offerors submitting acceptable technical proposals based on the Go/No-Go technical evaluation. The technical proposal will be scored and evaluated utilizing the factors set forth in the solicitation. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to co nsider data obtained from other sources, the burden of proof of acceptability rests with the offeror. The estimated cost of the project is between $15,000,000.00 to $20,000,000.00. Network Analysis will be required. For additional information or assis tance, please contact Nora Louise Jarrell, Contract Specialist, 912-652-5705 or via e-mail @ nora.l.jarrell@sas02.usace.army.mil.
- Record
- SN00121451-W 20020721/020719213537 (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 |