Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2006 FBO #1556
SOLICITATION NOTICE

Y -- Design-Build Construction of a Warehouse

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
X000527
 
Point of Contact
Paula Miller, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055, - John Hume, Contracting Officer, Phone 570-488-7801, Fax 570-488-7813,
 
E-Mail Address
pmiller@bop.gov, jhume@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Price Design-Build contract for (1) the DESIGN AND CONSTRUCTION of a General and Food Service Warehouse facility to be located at United States Penitentiary Pollock in Grant Parish Pollock, LA. Additionally, the DESIGN AND CONSTRUCTION of the Staff Training Center and the FPC Housing Unit will be CONTRACT OPTIONS subject to factors which will include funding availability in fiscal year 2005, and may be exercised in accordance with the terms and conditions of the Phase Two Solicitation. The scope of work includes all architectural, engineering, construction and other related services necessary to provide a new warehouse facility. The proposed Warehouse is currently planned to be a stand-alone building located near a group of buildings in the existing central shared facilities area with related site development and site utilities. The Warehouse facility will have a gross building area of approximately 5,100 square meters and will be designed to accommodate approximately 500 square meters of walk-in freezer space and approximately 100 square meters of walk-in refrigerator space. The proposed Staff Training Center is currently planned to be a stand-alone facility with related site development and site utilities. The Staff Training Center will have a gross building area of approximately 1,200 square meters and will be designed to house and support approximately 150 BOP staff members. The proposed FPC Housing Unit is currently planned to be a stand-alone facility located near the existing FPC Pollock facility with related site development and site utilities. The FPC Housing Unit will have a gross building area of approximately 1,000 square meters and will be designed to house and support approximately 128 inmates. The anticipated performance period of this project is 420 days after the notice to proceed is issued. Contract award is planned for the early summer of 2005. The estimated magnitude of this project is approximately $5,000,000 to $10,000,000. For consideration on this project the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. All responsible certified Small Business sources may submit a proposal which will be considered. The Architect/Engineer (A/E) of Record of the architect-engineer firm, or the principal or lead A/E firm of a joint venture which will have responsibility for the plans and specifications, must have an existing major active office, located within the State of Louisiana. The design of the architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished or reviewed and approved by architects or engineers registered to practice in the particular professional field involved in the State of Louisiana. Participation by architects, engineers, consultants and subcontractors located within the State of Louisiana is encouraged. This is a 100% Small Business Set-Aside procurement. Participation by small, small-disadvantaged, HUBZone small businesses, woman-owned small businesses, veteran-owned businesses, and service disabled veteran-owned small businesses is encouraged. Faith-Based and Community Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. The BOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. Interested offerors may request and obtain a Phase One solicitation of the two phase process, distributed solely through the General Services Administration’s Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitations will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Phase One solicitations will be issued on or about 02/23/05. The Phase One proposal due date will be identified in the Phase One Solicitation. The Phase One solicitation will provide the scope of work, and the following evaluation factors including sub-factors, which are all in descending order of importance: Past Performance (Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems), Technical Qualifications and Technical Approach. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. Phase Two participants will submit competitive past performance, technical, and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors, in descending order of importance are: Past Performance (descending order Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems); Preliminary Design and Proposed Technical Solutions; Proposed Organization and Key Personnel, Consultants and Subcontractors (descending order Sub-factors: Project Team Organization, Design-Build Offeror including Key Personnel, Consultants and Sub-contractors including Key Personnel); Management and Scheduling Approach, including Quality Control and Quality Assurance (Sub-factors: General Approach including Team Coordination and Quality Control and Quality Assurance, Proposed Design-Build Schedule and Monitoring of the Schedule, Planning for Project Completion); are significantly more important than Price, however, as proposals become more equal, price becomes more important and may be a determining factor for award. Additional or Bonus points may be awarded for Technical, Past Performance, and/or Small Business Subcontracting proposals. The point of contact for inquiries and clarifications is Paula Miller-Sheelor, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-FEB-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/BPR/CC/X000527/listing.html)
 
Place of Performance
Address: Grant Parish, Pollock, Louisiana
Country: US
 
Record
SN00995854-F 20060301/060227213403 (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.