Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2004 FBO #1095
SOLICITATION NOTICE

Y -- C-REPLACEMENT HOUSING, FORT WAINWRIGHT, ALASKA, PN 059028 FTW 279 FY05 (60 UNITS), PN 060198, FTW 280 FY05 (100 UNITS) AND PN 060210 FTW 281 FY05 (86 UNITS).

Notice Date
11/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-05-R-0007
 
Response Due
1/5/2005
 
Archive Date
3/6/2005
 
Small Business Set-Aside
N/A
 
Description
Any questions regarding this solicitation should be address to: Nancy Gary at 206-764-3266, email address: Nancy.A.Gary@nws02.usace.army.mil. The Seattle District Corps of Engineers has a competitive requirement to design and construct the project entitled: Replacement Housing, Fort Wainwright, Alaska, PN 059028 FTW 279 FY05 (60 UNITS), PN 060198, FTW 280 FY05 (100 UNITS) AND PN 060210 FTW 281 F Y05 (86 UNITS). This requirement will be a two-phase procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 36.3 entitled: Two-Phase Design-Build Selection Procedures. There will be a Phase One (submissi on of experience and qualifications) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions to be provided in approximately fifteen (15) day s on the following Seattle District website address: http:www.nws.usace.army.mil/ct/ebs/ViewprivateSolicitation.as;?SolicitationNumber=W912DW-05-T-9999. The submittals will be evaluated and the Contracting Officer will select up to five of the most highl y qualified offerors. Phase Two will require the most highly qualified offerors selected in Phase One to submit technical and price proposals, which will be evaluated in accordance with FAR Part 15 and Section 00110 of the solicitation. The solicitation will provide a separate bid schedule for each housing project, and structured so that it may be possible that the three projects may be awarded either individually as separate contracts or any combination thereof to the offeror or offerors providing the b est value to the Government in terms of technical, price, and other pertinent factors (e.g., design quality and past performance). The solicitation will include a narrative scope of work, concept drawings and specifications. All work task shall be complete d in accordance with the solicitation plans and specifications. PROJECT INFORMATION: This will be a Design-Build Contract for replacement housing units at Fort Wainwright, Alaska. Solicitation documents will include conceptual plans for both the site and the housing units. Contractor(s) design and construction shall be based on completing the designs as presented in the solicitation documents.. The work shall consist of design and construction of new units and associated supporting infrastructure (utilit ies, roads, sidewalks, play areas and etc.) at Fort Wainwright, Alaska. The new housing units will be a mixture of 3, 4 and 5 bedroom two story duplex units with 5% of the units to be barrier-free accessible (ADA) single story units. Period of performance is 720 calendar days. The price range for this project is between $100,000,000 and $250,000,000. The North American Industry Classification System (NAICS) code is 236116, and for the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. This project is open to both large and small business. If you are a large business and your proposal will exceed $1 million, you will be required to sub mit a subcontracting plan with goals for small, HUBZone, small disadvantaged, small woman-owned, small veteran-owned concerns, and veteran owned small disadvantaged business. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 70% of a contractor's intended subcontract amount be placed with Small Businesses (SB); (2) at least 10% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Hi storically Black College or University and Minority institution; and, (3) at least 10% of a contractor's intended subcontract amount be placed with Women-Owned Small Business (WOSB),(4) at least 3% of a contractor's intended subcontract amount be placed wi th Veter an Owned Small Business (VOSB); (5) at least 3% of a contractor's intended subcontract amount be placed with Service-Disabled Veteran owned Small Business (SDVOB); and (6) at least 3% of a contractor's intended subcontract amount be placed with HUB zones. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. This solicitation will be issued as an Electronic Bid Set (EBS) on the Seattle District U.S. Army Corps of Engineers Web page in electronic format only. No disks will be mailed. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connec tivity or for an offeror's inability to access the document posted at the referenced website. The information letter for Phase One, and a draft of Section 00110 will be available for download on or about 6 December 2004.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00712422-W 20041125/041123212120 (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.