Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

Y -- Design/Build of an Armed Forces Reserve Center (AFRC), Project Number (PN) 64591 and an Army Reserve Readiness Sustainment Command (RRSC) Headquarters, PN 64717, Moffett Field, California

Notice Date
9/27/2006
 
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-0062
 
Response Due
11/14/2006
 
Archive Date
1/13/2007
 
Small Business Set-Aside
N/A
 
Description
Design/Build of 1) Armed Forces Reserve Center (AFRC), Project Number (PN) 64591 and 2) Army Reserve Readiness Sustainment Command (RRSC) Headquarters, PN 64717 located at Moffett Field, California. The contract anticipated by this advertisement con sists of two FY07 Base Realignment and Closure (BRAC) Army Reserve (AR) projects consolidated into one contract for design and construction. The site is approximately 30 acres of Army Reserve property located off of R.T. Jones Road, adjacent to the NASA c omplex at Moffett Field and north of Moffett Boulevard. General description of the project and the work: 1) The AFRC will include four buildings: A) an Armed Forces Reserve Center of approximately 104,000 SF; B) an Organizational Maintenance Shop (OMS) of approximately 25,000 SF; C) a Storage Building of approximately 52,000 SF; and D) an Unheated Storage (UHS) building of approximately 15,000 SF. The AFRC building provides administrative and training space, the OMS is used for vehicle maintenance and tra ining, and the two Storage buildings provide bulk storage space for the tenants equipment; 2) The RRSC will include two buildings: A) a Regional Readiness Support Command headquarters building of approximately 70,000 SF; and B) a Fitness Center of approxi mately 6,000 SF. The RRSC building provides administrative and training space; the Fitness Center provides physical training space and equipment, and associated locker and shower space. All six buildings will be permanent construction; the solicitation w ill allow for a range of possible structural, wall and roof systems. Sitework will include demolition, roadways, parking, walks, exterior lighting, fencing, site improvements, grading, landscaping, and extension of utilities to serve the project. Demolit ion work at the site includes, but is not limited to, demolition/deconstruction/removal of existing housing units and buildings, removal of streets and parking areas, clearing and grubbing, and removal of existing utility lines and manholes. Design will i nclude design of furniture to be furnished and installed by the Government. Hazardous materials have been identified at the site. The housing units contain some asbestos-containing materials and lead-based paint. In addition, there is a plume of trichlo roethylene underlying portions of the site. The following options may be included: Option A  POV Parking Area Lighting, Option B  POV Parking Area Paving, Option C  MEP Lot, Option D  Street Paving and Option E  Sustainable Design to SPiRiT Gold vic e SPiRiT Silver. This solicitation is Phase 1 of a 2-Phase Design/Build Best Value process. This process requires potential offerors to submit their performance and capability information initially for review and consideration by the Government. Followin g the review, evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five highest rated offerors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government as part of Phase 2. 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 a nd the evaluation rating received in Phase 2. A construction cost limitation will be provided with the Phase 2 technical requirements package. The proposal process for this 2 Phase procurement consists of the following: The Phase 1 Proposal: Experience of the Prime Contractor and Design Team; Technical Approach; Past Performance of the Prime Contractor and Design Team, Past Performance on Utilization of Small, Small Disadvantaged and Women Owned Small Businesses and Pro Forma Requirements. The Phase 2 Proposal: Technical Proposal Information; Management Plan; Subcontracting Narrative (NOTE: All firms must assure that no less than 25% of the total value of th e acquisition is performed by US Small Businesses as first tier subcontractors); Cost Proposal Information and Pro Forma Requirements to include Subcontracting Plan and Bonding Information. For Phase 2, all evaluation factors, other than cost or price, whe n combined, are more important than cost or price. The estimated price range is between $25,000,000 and $100,000,000. NAICS 236220. Contract duration period is 700 calendar days. For Phase 1 approximate issue date is October 12, 2006 and approximate closi ng date is November 14, 2006 at 4:00 P.M. Louisville time. For Phase 2 approximate issue date is January 8, 2006 and approximate closing date is February 22, 2006 at 4:00 P.M. Louisville time. Phase 1 project documents will be made available via web only. Downloads are available only through the FedTeDS website, and requires registration at the Federal Technical Data Solutions (FedTeDS) website at http://www.fedteds.gov. This announcement serves as the advance notice for this project. Amendments will be available from the FedTeDS website by download only. Note: This is a Full and Open Procurement; however, in accordance with Federal Acquisition Regulation 19.1307(b), this project requires the HubZone 10% price evaluation preference.
 
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
 
Record
SN01156049-W 20060929/060927220936 (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.