Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2005 FBO #1467
SOLICITATION NOTICE

Y -- FY06 Replacement Family Housing, Fort Huachuca, Arizona

Notice Date
11/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-06-R-0007
 
Response Due
2/6/2006
 
Archive Date
4/7/2006
 
Small Business Set-Aside
N/A
 
Description
The project consists of whole neighborhood revitalization by construction of 131 family quarters consisting of 80 3-BR JNCO, 50 4-BR JNCO, and one 5-BR JNCO family quarters in Pershing Plaza Neighborhood, built to current standards to replace 175 exi sting inadequate family housing units. Construction consists of variously configured single and multi-unit, one and two story buildings which are factory built/manufactured and/or conventionally on-site constructed houses on sites made available by the de molition of existing units. Demolition of units includes asbestos and lead-paint removal. Project will provide individual heating and air conditioning controls, hard-wired interconnected smoke and carbon monoxide detectors, storage within the garages, a fenced patio, full desert landscaping, and all equipment and appliances for functional living units. Supporting facility work includes reutilizing portions of existing infrastructure, constructing new underground electrical and communication distribution systems and service connections, new water and sewer mains and laterals, restoring portions of existing roadways and constructing new roadways including curbs and gutters, sidewalk additions, and expansion and revitalization or replacement of existing recr eation amenities, landscaping and trees. Seven of these units will be handicapped accessible and easily modifiable to accommodate the requirements of the handicapped. Performance period is 450 calendar days after contractor receipt of Notice to Proceed. The evaluation factors in the RFP will be: Factor 1, Housing Unit Design, Factor 2, Site Design, Factor 3, Housing Unit Engineering, Factor 4, Site Engineering, Factor 5, Design and Construction Key Personnel, Factor 6, Small Business Participation and So cio-Economic Considerations. The technical and management evaluation factors will be Experience, Past Performance, Technical/Design, and Construction. This is an Unrestricted Procurement; therefore, all responsible sources may submit a bid. Both a Techn ical and price proposal will be required. It is the governments intent to award on initial offers without discussions. This procurement is subject to Clause 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. The Los Ange les District subcontracting goals are specific percentages of the contractors total planned subcontracted amounts. The goals are as follows: 51.2% with small business, 8.8% with small disadvantaged business, 7.3% with women owned small business, 1.5% with service-disabled veteran owned small business and 3.1% with hub-zone small business, In addition all large business contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with the s mall and disadvantaged firms in accordance with the provisions of Public Law 95-507. Please note that there are special instructions pertaining to hand delivered bids. These special instructions can be viewed on the Los Angeles District Contracting Divisi on website and they will also be available in Section 00100 of the advertised solicitation. The North American Industry Classification System (NAICS) code is 236116, New Multi-Family Housing Construction, $28.5 M average annual gross revenue for the last t hree (3) fiscal years. Estimated cost range of the project is over $25,000,000.00. The solicitation will be made available on or about 16 December 2005. If the awarded offeror is a large business they will be required to submit a sub-contracting plan. The Government intends to issue this solicitation and all amendments though the use of the Internet (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Contrac tors may view/download this solicitation and all amendments from the Internet after the solicitation issuance at the following Internet address: http://ebs.spl. usace.army.mil. All offerors are required to check the Los Angeles District Contracting Division website daily to be notified of any changes to this solicitation. All Contractors are encouraged to visit the Armys Single Face to Industry website at http:/ /www.fedbizops.gov/ to view other business opportunities across the Army. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the CCR Internet address is https://www.ccr. dlsc.dla.mil/ccr/scripts/ccradd.asp. Any prospective offeror interested in submitting a proposal on this solicitation must register to be placed on the plan holders list. If you are not registered, the United States Government is not responsible for pro viding you with notification of any changes to this solicitation. Offerors shall register themselves on the Internet. Each offeror after registering for this solicitation should verify his or her name appears on the Plan Holders List for this project.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00942282-W 20051202/051130212008 (fbodaily.com)
 
Source
FedBizOpps 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.