Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2006 FBO #1602
MODIFICATION

Y -- 4 BCT (HEAVY)/COMPANY OPERATIONS FACILITIES

Notice Date
4/14/2006
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-06-R-0024
 
Response Due
6/30/2006
 
Archive Date
8/29/2006
 
Small Business Set-Aside
N/A
 
Description
Company Operations Headquarters  Unrestricted Solicitation - Best-Value, Two-Phase Design-Build (D/B) Request Proposal On or about 02 May 2006, this office will issue Request for Proposals for the Design/Build two phase of the Company Operations Facilities, Fort Carson, CO. This solicitation is unrestricted and open to both large and small business participation. NAICS CODE: 236220 A pre-proposal conference and site visit is tentatively scheduled for 12 May 2006 at Ft. Carson AFB. Contractors will meet at the Corps of Engineers Resident Office at 9:00 AM. Contractors interested in attending the pre-proposal conference and site visit shall contact the Resident Engineer (TBD) and register their company name and provide a drivers license number. The Resident Office is located 803 Tevis Street, Bldg. 304 Fort Carson, CO. 80913. Phone (719-526-5448), Fax (719-526-5365). The work will include the following: (Any quantities are approximations) This contract will require design and construction of three Company Operations Facilities. Total SF for all three facilities is approximately 224,000 SF. Each facility will be constructed within a clearly defined area of land (or footprint). Discipline s such as Architectural, Structural, Civil, Environmental, Electrical and Mechanical will be required for design. Innovative construction techniques and facilities that allow fast track execution of the project will be necessary to meet Department of Army requirements for facility completion. Supporting facilities include sitework and all required support utilities, security and area lighting, information systems, fire protection and alarm systems, storm drainage, landscaping, site improvements, paving, walks, curbs, gutters, exterior signage, and parking. Design and construction to LEED Silver standards and to meet Anti-Terrorism and Force Protection (AT/FP) requirements is included for all facilities per Department of Army (DA) guidance. Special requirements may include special foundations due to expansive soils prevalent at Fort Carson; Energy Monitoring Control Systems (EMCS); and Intrusion Detection Systems (IDS). Comprehensive building and furnishings related interior design services are also required but will be a deliverable to the Government that will allow separate procurement of furnishings. Installation of furnishings is required after receipt of Government procured property. Proposal Evaluation: Award of this project will be based on the two phase design/build procedures in accordance with FAR 36.3. Firms will be given at least 30 days to submit a proposal for Phase 1(technical approach, technical qualification, past performance and bonding). Pre proposal meetings will be conducted after issuance of the Request for Proposal (RFP). For Tier 1 or Industrial facilities in particular, firms will be evaluated for their experience in completing similar projects in the commercial sector using modular, pre -fabricated or pre-engineered, panelized or tilt-up building solutions, and their demonstrated ability to deliver similar projects at reduced time and cost. Approximately up to five firms will be consider to proposed on Phase 2 depending upon the interest that was received in Phase 1. In accordance with FAR 36.303-1, only those firms that are pre-qualified in phase 1 will be encouraged to submit technical and price during phase 2. Oral presentations will be schedule during Phase 2. The estimated construction cost of this project is $39 Million. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineer s considers the following goals reasonable and achievable for fiscal year 2006: (a) Small Business: 51.2% of planned su bcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1.5% of planned subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time period submitted with the proposal after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The Request for Proposal (RFP) will no longer be available on Compact Disk (CD-ROM). The RFP will not be provided in a printed hard copy format. A plan holders list is not available. Solicitation documents will post on FedTeDS.****** FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information. When solicitation documents have been issued and posted to FedTeds, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeds. The process to downlo ad from FedTeds is: 1. Find the solicitation announcement in Fed Biz Opps (www.fbo.gov). 2. Once you open the bid announcement on FED BIZ OPPS, there will be a link to the solicitation on FedTeds in the remarks section. 3. Click on the link. If you are a first time user, you will have to register. Registration instructions can be found on the FedTeds website (https://www.fedteds.gov) by clicking on the Register Process option. The following information is required: 1.Central Contractor Registration (CCR) M arketing Partner Identification Number (MPIN) 2. DUNS Number or CAGE code. 3. Telephone Number, 4.E-Mail address. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (OR CA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Questions regarding Contracting should be made to Ms. Famane Brown: 402-221-3116. Telephone calls regarding Small Business matters should be made to Mr. Hubert Carter: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager, Mr. Bert Matya at: (402) 221-3828 or Specification Section, Mr. Doug Larsen at: (402) 221-4547.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01028552-W 20060416/060414221020 (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.