Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2005 FBO #1444
SOLICITATION NOTICE

Y -- Design/Construct Family Housing New Construction - Bear Paw, Ft Wainwright, Alaska (FTW279)

Notice Date
11/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-06-R-0002
 
Response Due
12/21/2005
 
Archive Date
2/19/2006
 
Small Business Set-Aside
8a Competitive
 
Description
This solicitation will be an 8a Competitive, restricted geographically to the Alaska Small Business Administration District servicing area. All 8(a) certified firms serviced by the Alaska SBA District Office and all 8(a) certified firms with a bonaf ide place of business in the Alaska SBA District Office servicing area are deemed eligible to submit offers. Competition will not be restricted by stage (transitional or developmental) of 8(a) program participation. CONTRACT INFORMATION: This request for proposal is a design/build, 8a competitive procurement. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-p rice factors, which are cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. This will be a design build contract with a one-step selection process. Bid bonds will be required at the time of bid proposals. Performance and payment bonds will be required before notice to proceed (NTP) will be issued. Joint Ventures are allowed and encouraged. The Joint Venture Agreement (JVA) and all supporting documents (i.e., tax returns, financial statements, narratives, checklists, etc) must be submitted to the Alaska SBA District Office as soon as possible but not less than twenty (20) working days prior to the scheduled date for contract award. Incomplete packages will be returned without action. The JVA must be appro ved by SBA before award of any resulting contract. Failure to obtain SBAs approval of the JVA before award will result in termination of the award. Offerors contemplating a joint venture on this project must advise their assigned Business Opportunity Sp ecialist (BOS), in writing, as soon as possible. NAICS Code: 236116. Anticipated NTP: 14 February 2006 with 820 calendar days period of performance. Proposed Options: Up to 15 junior noncommissioned officer (JNCO) units, both 3-bedroom and 5-bedroom. Government identified betterments include: provide ceiling height for second floor primary habitable spaces of 9 ft.; provide double lavatories in all bathrooms; incorporate high quality ceramic tile, stone or quarry tile flooring and hardwood flooring; p rovide hardwood casing trim at window interior jamb and head; provide interior hardwood moldings, such as built-up, crown or coved cornices, chair rails, paneling (wainscot) and other standing wall and ceiling trims at living room, family room, dining room , kitchen, arctic entry, stair and hall spaces; provide radiant under-floor heating system (including topping slab) in all spaces, complete with HDPE (or PEX with oxygen barrier) floor coils and zoned hydronic control units; provide composite decking in li eu of concrete patios, provide aluminum fencing around backyards, provide 200 amp service at 3-bedroom units in lieu of 100, and provide additional landscaping per unit. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal prepara tion costs will be borne by the offeror. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in CCR and ORCA (http://orca.bpn.gov). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors begin this process when they prepare their proposal in order to ensure this regi stration is in place should they be selected for the award. Lack of registration in the CCR database will make an offeror ineligible for award. (Reference DFAR 252.204-7004, Required Central Contractor Registration). PROJECT INFORMATION: This will be a Design-Build Contract for family housing units at Fort Wainwright, Alaska, Bear Paw neighborhood. Solicitation documents will include conceptual plans for both the site and the housing units. Contractor(s) design and construction shall be based on comple ting the designs as presented in the solicitation documents. The work shall consist of design and construction of new units and associated supporting infrastructure (utilities, roads, sidewalks, play areas, etc.) at Fort Wainwright, Alaska. The new housi ng units will be a mixture of 3 and 5 bedroom, two-story, single family, duplex, triplex, and 4-plex units with 5% of the units to be barrier-free accessible (ADA) units. The total approximate construction amount for the anticipated contract is $34.8M. Place of Performance: Ft. Wainwright, Alaska. Estimated Construction Range: 34.8M. SELECTION CRITERIA: Offerors proposals will be evaluated for award based on: Construction Experience, Design Experience, Past Performance (to include prime contractor/design team and key subcontractors), Technical Qualifications and Approach, RFP Basic D esign Requirements, Key Team Members, Government Betterments and Contractors Proposed Betterments, and Price. The overall technical rating is considered more important than price. OBTAINING THE SOLICITATION: The solicitation for this project will be available on the Alaska District Contracting Division Internet home page at http://www.poa.usace.army.mil/Contracting/default.asp for downloading late November 2005. Any future amendme nts to the solicitation will also be available for download from this web site. If you experience problems registering the plan holders list or have problems downloading plans specifications or amendments please contact the contract specialist identified herein. It is important that you first go to this web site and click on the advertised solicitation you are interested in. Go to Plan Holder Registration. This will require you to establish a user name and password. Keep the user name and password and share it with anyone else in your organization that is responsible for registering your firm on plan holders lists. With this system you complete the full registration once. If you have your user name and password you may return to the system and regist er for other jobs without re-registering. However, you may only do this using your initial user name and password. To receive notification on any amendments to the solicitation you must be registered on the plan holders list. Please complete all requir ed information. To download the solicitation go to the Alaska District Contracting Division Internet Home Page at the above website. Click Advertise/Solicitations. This will take you to a list of advertised solicitations. Select the desired solicitatio n number. Click on the desired file to download and follow the instructions provided therein. All responsible sources may submit an offer, which will be considered by the agency. CONTRACT SPECIALIST WILL BE KEVIN MALOY, 907-753-5594 OR EMAIL kevin.j.maloy@usace.army.mil
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00928140-W 20051109/051107212242 (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.