Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

Y -- TWO-PHASE DESIGN AND CONSTRUCTION FOR PROJECT NUMBER 50499, POWERTRAIN FLEXIBLE MAINTENANCE FACILITY, ANNISTON ARMY DEPOT, ALABAMA (CALHOUN COUNTY)

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-04-R-0071
 
Response Due
9/29/2004
 
Archive Date
11/28/2004
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ ENTIRE ANNOUNCEMENT FOR CORRECT POINTS OF CONTACT FOR THIS PROJECT. THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS PURSUANT TO THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM . This project is a Best Value, two phase design-build solicitation. A detailed project description and overall project performance requirements for this project will be included in the Request For Proposals (RFP) pa ckage. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and u sable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two, and an amendment will be issued to those s elected offerors. Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two st age of the Request For Proposals. A limited number of firms will be invited to participate in the second phase. The project includes a new 142,500 square foot building to house a reciprocating engine rebuilding facility, complete with administrative area and engine rebuilding processing equipment/ shop area. Building areas shall include administrative offices, brea k areas, locker room areas, and various utility support areas. Supporting building facilities include utilities, electric distribution and service, electrical substation, fire protection and alarm systems, road improvements, walks, parking, storm drainage, information systems, and site improvements. Building process equipment areas include an engine disassembly area, an engine and parts cleaning area, a machine shop area, packaging and shipping area, painting areas, engine assembly area, dynamometer test a rea (to include 6 dynamometers), parts storage area, and a parts tracking and management system for the entire facility. Building process equipment design and construction shall be required to be integral with the building. Estimated cost range of the p roject is from $50,000,000 to $60,000,000. Solicitation documents should be available on or around 16 August 2004. Mr. Gene Curtis is the Contracting Officer for this project. Phase I evaluations may be based on the contractor's past performance, to include the design firm; contractor's organization; contractor's specialized experience on similar type work, particularly engine manufacture or engine rebuilding; contractor's capab ility, to include key personnel qualifications and experience; past performance on utilization of Small Business Concerns; preliminary quality control plans and safety program; a narrative addressing the technical approach; and a narrative addressing the p rocess approach. Phase 2 evaluations are anticipated to be based on, but may not be limited to, such items as the building and facility design narrative/ technical solutions, to include disciplines such as civil, architectural, structural, mechanical, elec trical, fire protection and interior design; the equipment and rebuilding process approach, to include innovation and efficiency; the proposed management plan; proposed quality control plan for design and construction; a preliminary schedule; and phasing a pproach. Note No. 1: Any prospective bidder interested in bidding on this solicitation must register for plans and specifications in order to download a copy of the solicitation and be placed on the plan holder's list. If you are not registered, the Unit ed States government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet in order to be able to download the electronic files. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. IN ORDER TO DOWNLOAD A COPY OF THE SOLICITATION, GO TO VIEW/DO WNLOAD SOLICITATION FILES as indicated on the Internet at http://www.sam.usace.army.mil/. Registration instructions are available at the CLICK HERE TO REGISTER prompt located right above this synopsis on the Internet at http://www.sam.usace.army.mil/. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firm's physical address, telephone, a valid fax number and a point of c ontact to facilitate faxed amendments. Registration should be completed one week prior to the issue date. All notifications of changes to this solicitation will be made through the Internet only. It is therefore the Contractor's responsibility to check thi s home page daily for the solicitation to be posted, and for any posted changes to this solicitation. Actual solicitation amendments will be issued either by fax, posting for download to the aforementioned web page, or CD-ROM. Plans and specifications wi ll not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in pape r medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: CRITICAL PATH METHOD (NETWORK ANALYSIS SYSTEM) IS REQUIRED. Note No. 4: FOR THIS JOB, A SMALL BUSINESS IS DEFINED AS HAVING AVERAGE ANNUAL RECEIPTS OF LESS THAN $28,500,000 FOR THE PAST THREE YEARS. Note No. 5: THIS SOLICITATION INCLUDES BID OPTIONS WHICH MAY NOT BE AWARDED. Note No. 6: All advertisements of Mobile District projects will be through the FedBizOpps and/or the Mobile District Contracting Homepage. DETAILED INFORMATION ON THIS AND OTHER MOBILE DISTRICT PROJECTS (Ordering Solicitations, Points of Contact, Synopsi s of Work, Plan Holders, Bid Results, etc.) ARE AVAILABLE ON THE INTERNET AT: http://www.sam.usace.army.mil/ Note No. 7: A pre-proposal conference will be held at the base for the Phase 2 portion of the solicitation. Date, time, and location will be announced in the Phase 2 amendment. No conference will be held during Phase 1. SEND SPECIFIC QUESTIONS RELATED TO THIS PROJECT TO MR. ALFRED DENMARK AT FAX (251) 690-2902. OTHER FORMS OF COMMUNICATING QUESTIONS TO THE GOVERNMENT WILL NOT BE HONORED. THE GOVERNMENT WILL TRY TO RESPOND TO ALL QUESTIONS. HOWEVER, RESPONSES MAY NOT BE FURNISHED TO ALL QUESTIONS AND PARTICULARLY THOSE RECEIVED LATE IN THE ADVERTISEMENT PERIOD (0-10 DAYS PRIOR TO BID OPENING). REFER QUESTIONS ON DISTRIBUTION OF PLANS/SPECIFICATIONS TO THE PLANS ROOM, MRS. SONYA WHITE AT PHONE (251) 690-2535/2536, FAX (251) 694-4343.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00629679-W 20040725/040723212603 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.