Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
SOLICITATION NOTICE

Y -- Design and Construction of Aviation Brigade Barracks Facilities, Phase 3, at Ft. Campbell, KY

Notice Date
10/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-06-R-0008
 
Response Due
12/2/2005
 
Archive Date
1/31/2006
 
Small Business Set-Aside
N/A
 
Description
This project is the US Army Corps of Engineers first national pilot project using the new MILCON Transformation methodology. The project objective is to design and construct facilities for the military that are consistent with the design and constru ction practices used for civilian sector projects that perform similar functions to the military projects. Proposals must offer innovative, creative, life cycle cost effective design solutions that will expedite construction and shorten the schedule. The project consists of the complete design and the construction of barracks facilities, on two sites, for 384 soldiers for an Aviation Brigade at Ft. Campbell, KY, complete with associated utilities, storm drainage, communications, electric, HVAC, fire protec tion, paving, walks, curbs & gutters, access drives, exterior lighting, site improvements and landscaping. The project is intended to be similar both functionally and technically to similar housing in the private sector community surrounding the Installat ion. Number of single personnel to be housed on site #1 is 220. Number of single personnel to be housed on site #2 is 164. The maximum gross area for all buildings is limited to 140,544 square feet. This solicitation is Phase 1 of a 2-Phase Design-Build Best Value solicitation process. This process requires potential Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of five highest-rated Offerors to receive the Phase 2 technical requirements package and provide a technical and cost proposal for consideration by the Government . The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect both the rating received in Phase 1 and the evaluatio n rating received in Phase 2. Cost information will not be rated in either Phase, however, cost will be considered. All evaluation factors, other than cost or price, when combined, are equal to cost or price. The proposal process for this 2-Phase procureme nt consists of the following: PHASE 1 PROPOSAL  Organizational Structure & Business Management, Corporate Experience, Specialized Experience, Past Performance, Key Personnel, and Financial Capability. PHASE 2 PROPOSAL  Performance Capability (Key Subcont ractors, Preliminary Schedule, Subcontracting Information), Building Functional Arrangement, Building Aesthetics, Minimum Space & Facility Size, Site Design, Sustainable Design, Price & Pro Forma Information. Price range is $25,000,000 to 100,000,000. This is an UNRESTRICTED procurement. NAICS CODE IS 236220. Size Standard is $28.5M. Contractors must register to receive notice of amendments. Solicitation is to be issued on or about 1 November 2005 with Phase 1 proposals due on or about 2 December 2005 at 4:00 pm Louisville Time. Phase 2 proposals will be due on or about 23 January 2006. Questions may be addressed to tom.e.dickert@lrl02.usace.a rmy.mil. This project is available by downloading from the Internet only. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using MaxView Reader. To download the files for this project requires registration at the Federal Technical Data Solutions (FedTeDS) website http://www.fedteds.gov. Downloads are available only through the FedTeDS website. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US <SOURCE>ftpArmy
 
Record
SN00914055-W 20051013/051011211950 (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.