SOLICITATION NOTICE
Y -- SOF ROWE Training Facility, Phase III, Camp Mackall, Fort Bragg, North Carolina
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-04-R-0064
- Response Due
- 10/15/2004
- Archive Date
- 12/14/2004
- Point of Contact
- Elaine Radcliffe, (912) 652-5416
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(elaine.p.radcliffe@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Contractual Questions: Donna Knight, (912) 652-5504 Technical Questions: Clifford (Butch) Usher (912) 652-5597 NOTE: Any prospective 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 Interne t after solicitation issuance. Description of work: Design, site preparation and construction of four one-story (max. gross area per building 12,025 SF), five bay Ready State buildings (isolation units) for the 1st Special Warfare Training Group (A) at Camp Mackall, North Carolina. Th e four buildings will be identical and will be based on an existing design of an identical building under construction at Camp Mackall. The exterior construction of all buildings will consist of single wythe concrete masonry units with rigid insulation, 4 cavity airspace and single wythe brick veneer. The concrete masonry units will be load bearing 8 block. The single wythe brick veneer will extend to building roof soffit. The roof will consist primarily of structural standing seam metal panels over r igid insulation on a 16 GA galvanized roof deck. Light gauge metal trusses that bear on load bearing concrete masonry unit walls will support each Ready State building roof deck. The roofs of all buildings will have continuous metal gutters and downspout s. Primary interior wall finish shall be painted concrete masonry units. All interior walls located between isolation units in the Ready Building will extend to underside of roof deck. All Mechanical Rooms of all buildings will have exposed concrete flo ors finished with a textured concrete sealer while Communication Rooms will have vinyl composition tile. Work rooms, Sleep Bays and Latrines located in the Ready State buildings will have exposed sealed concrete floors that are premixed with color to hav e a finished appearance. Supporting facilities will include an access road, sidewalks, water, sewer, storm drainage, erosion control measures, electrical service, underground electrical service around compound, HVAC, plumbing utilities, fire protection sy stems, information systems, mass notification system, anti-terrorism/force protection measures, and landscaping. Interior design for finishes is included in the scope of work. The scope of work includes demolition of existing wood and metal buildings/she d and relocation of existing training equipment. This facility shall be designed to comply with the Department of Defense Antiterrorism Standards for New Buildings (UFC 4-010-01 dated 8 Oct 2003). The DOD AT/FP standards classifies the instructional faci lity as a Primary Gathering Structure (PGS), which is a subset of inhabited structures in which 50 or more DOD personnel routinely gather (e.g., office buildings, and indoor recreation facilities). This project has a requirement of achieving Silver level of sustainable design features as measured through the use of Sustainable Project Rating Tool (SPiRiT) PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. TECHNICAL FACTORS: FACTOR 1-1: OFFEROR PAST PERFORMANCE: This factor is significantly more important than Factors 1-2,1-3, and 1-4. FACTOR 1-2: CORPORATE RELEVANT SPECIALIZED EXPERI ENCE: This factor is equal in importance to Factor 1-3 and more important than Factor 1-4. FACTOR 1-3: TECHNICAL APPROACH NARRATIVE: This factor is equal in importance to Factor 1-2 and more important than Factor 1-4. FACTOR 1-4: OFFEROR SUSTAINABLE DESIGN EXPERIENCE. FACTORS 1-1, 1-2, 1-3, and 1-4 together are equal in importance to Factor 2-1. FACTOR 2-1: SITE DESIGN: This factor is equal in importance to Factor 2-2 and significantly more important than Factors 2-3 and 2-4. FACTOR 2-2: SCHEDULE : This factor is equal in importance to Factor 2-1and more important than Factors 2-3 and 2-4. FACTOR 2-3: SUSTAINABLE DESIGN CONSIDERATIONS: This fact or is more important than Factor 2-4. FACTOR 2-4: MANAGEMENT EFFECTIVENESS. The project will be solicited and procured using a Two Step Design-Build Request for Proposals (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 36.32. No more than five Offerors will be invited to participate in Phase Two. The Governmen t anticipates Phase One documents will be issued on or about September 3, 2004 and that Phase Two documents will be issued on or about October 15, 2004. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Options may be included. The anticipate d cost range is $5,000,000 to $10,000,000. Network Analysis will be required. COMPETITION WILL BE LIMITED TO 8(a) CERTIFIED FIRMS WITH AN OFFICE LOCATED WITHIN REGION IV (GA, AL, NC, TN, MS, FL, KY, SC) WHICH HAVE 236220 AMONG THEIR APPROVED NAICS CODES. This solicitation will be issued in electronic format only and will be available on or about September 3, 2004 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 Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact D onna S. Knight, Contract Specialist, 912-652-5504 or via email donna.s.knight@sas02.usace.army.mil.
- Record
- SN00646590-W 20040820/040818212617 (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 |