SOLICITATION NOTICE
Y -- Unaccompanied Enlisted Personnel Housing (UEPH) Phase II, Fort Detrick, MD
- Notice Date
- 7/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACA31-03-R-0038
- Response Due
- 8/23/2003
- Archive Date
- 10/22/2003
- Point of Contact
- Regina Wheeler, 410-962-3204
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Military
(regina.m.wheeler@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Y??????Unaccompanied Enlisted Personnel Housing (UEPH) Phase II, Fort Detrick, MD. This proposed procurement is Unrestricted. NAICS233220, size standard $28,500,000.00. Estimated cost of construction is between $10,000,000.00 and $25,000,000.00. Com pletion no later than 540 calendar days. Work consists of construction of a whole barracks complex, consisting of three (3) barracks buildings and a dining facility, and a storm water management pond. The project includes 1 Module A barracks building, 2 Module R Barracks (wood construction) and a 150-200 person Dining Facility. The Module A barracks building will be constructed on an existing site, adjacent to existing barracks buildings. Barracks shall house 48 soldiers and include living/sleeping roo ms with semi-private baths, walk-in closets, and bulk storage and service areas. The 150-200 person Dining Facility shall consist of a carryout area, full kitchen, seating area, and a serving area. Project construction shall be in accordance with force p rotection criteria. Special foundation work is required because of natural limestone deposits at the site. A pre-proposal conference will be scheduled and the date for the conference will be stated in the Section 00100 of the solicitation. The project will be advertised as a Request for Proposal (RFP). Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. This procurement will be conducted in accordance with FAR Part 15.3, Source Selection, usi ng the ??????best value procurement process??????. ??????Best Value?????? will be determined using a ??????Trade-Off?????? process, comparing price, technical, and other factors. All responsible sources may submit a proposal, which shall be considered b y the agency. Large business firms are required to submit a subcontracting plan at the time of receipt of their proposals. The following subcontracting dollar goals pertain only to the dollar value of the contract that is subcontracted: 60% of the subco ntracted dollar value shall be for small businesses, of that 60%, 20% shall be for small disadvantaged businesses, 10% shall be for women owned small businesses, 3% shall be for Hub-zone small businesses, 3% shall be for veteran owned small businesses and 3% shall be for Service Disabled Veteran owned small businesses. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal co ntract. For information regarding CCR registration, the CRR web site can be accessed at http://www.ccr.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration m ay be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certificatio n. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered pla n holders. Solicitation to be issued o/a 23 Jul 03; opening o/a 22 Aug 03. This solicitation will not be issued in paper. Contractors?????? requests for solicitations will be performed through ASFI. Contractors may register to be placed on the bidders/o fferors mailing lists by going to website: https://ebs.nab.usace.army.mil. Contractors may view and/or download solicitation information from this internet site. Questions concerning this project can be e-mailed to Ms. Regina Wheeler at Regina.M.Whee ler@nab02.usace.army.mil.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00366340-W 20030710/030708213855 (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 |