SOLICITATION NOTICE
Y -- Design Build of a new 1,0000 memberArmy Reserve Center (ARC) for the United States Army Reserve (USAR) on an approximately 17 acre site in Fort Lewis, Washington.
- Notice Date
- 1/10/2007
- 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-0088
- Response Due
- 2/27/2007
- Archive Date
- 4/28/2007
- Small Business Set-Aside
- N/A
- Description
- The project consists of the complete design and the construction of a new 1,000 member Army Reserve Center (ARC) for the United States Army Reserve (USAR) on an approximately 17 acre site in Fort Lewis, Washington. The AFC is an identified realignme nt project in the Department of Defenses Base Realignment and Closure (BRAC) legislation. It will provide critical training, administration, and storage, along with a vehicle maintenance facility (OMS) for Army Reserve units. Primary facilities will inc lude a 104,243 square feet Armed Forces Reserve Center, a 10,826 square feet Organizational Maintenance Shop(OMS), and a 6,073 square feet Unheated Storage (121,142 total square feet). Supporting facilities will include 10,455 square yards of paving for t he privately owned vehicle (POV) parking area and access roads, 8,270 square yards for the Military Equipment Parking (MEP) area, fencing, general site improvements, site lighting, extensions of utilities and storm water management. Connections will be pr ovided to the fire detection and alarm system and the building information system. Accessibility for the disabled will be provided. Anti-terrorism/force protection measures will be incorporated into design including required standoff distance from roads and parking areas. The new facility will provide modern up to date space for the USAR Reserve Center; including administration areas (including two General Officers suites), educational areas (classrooms, library reading room, and publications storage), an assembly area, a kitchen, a weapons vault, unit storage, a weapons simulator room, vehicle maintenance shops and unheated storage areas. This solicitation is Phase 1 of a 2-Phase Design-Build Best Value solicitation process. This process requires poten tial Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of five highest-rated Offerors to receive the Phase 2 technical requirements package and provide a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Governm ent. The final evaluation rating used for comparison, selection, and award will reflect both the rating received in Phase 1 and the evaluation rating received in Phase 2. Cost information will not be rated in either Phase, however, cost will be considered. All evaluation factors, other than cost or price, when combined, are equal to cost or price. The proposal process for this 2-Phase procurement consists of the following: PHASE 1 PROPOSAL Organizational Structure & Business Management, Corporate Experien ce, Specialized Experience, Past Performance, Key Personnel, and Financial Capability. PHASE 2 PROPOSAL Performance Capability (Key Subcontractors, Preliminary Schedule, Subcontracting Information for Utilization of Small Businesses - Small Business Goa ls required in the Subcontracting Plan for Large Businesses are as follows: Small Business 51.2%, Small Disadvantaged Business 8.8%, Women-Owned Small Business, 7.3%, HUBZone Small Business 3.1% and Service-Disabled Veteran-Owned Small Business 1. 5%), Building Functional Arrangement, Building Aesthetics, Minimum Space & Facility Size, Site Design, Sustainable Design, Price & Pro Forma Information. This is an UNRESTRICTED procurement. NAICS CODE IS 236220. Size Standard is $31M. Contractors must register to receive notice of amendments. Solicitation is to be issued on or about 26 January 2007 with Phase 1 proposals due on or about 27 February 2007 at 4:00 pm Louisville Time. Phase 2 proposals will be due on or 8 May 2007. Questions may be addressed to Jennifer.j.anderson@lrl02.usace.army. mil. This project is available by downloading from the Internet only. The project specification files are Portabl e Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using MaxView Reader. To download the files for this project requires registra tion at the Federal Technical Data Solutions (FedTeDS) website http://www.fedteds.gov. Downloads are available only through the FedTeDS website. This announcement serves as the advance notice for this project. AMENDMENTS WILL BE AVAILABLE FROM THE ABOVE WEBSITE BY DOWNLOAD ONLY.
- Place of Performance
- Address: Fort Lewis Rt 1 Fort Lewis WA
- Zip Code: 98433
- Country: US
- Zip Code: 98433
- Record
- SN01208860-W 20070112/070110221030 (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 |