Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2007 FBO #1885
SOLICITATION NOTICE

Y -- REPLACE FAMILY HOUSING, PHASE 13, MINOT AFB, NORTH DAKOTA. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION.

Notice Date
1/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-07-R-0008
 
Response Due
3/14/2007
 
Archive Date
5/13/2007
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO. W9128F-07-R-0008 On or about 7 February 2007, this office will issue Request for Proposals for design and construction of the REPLACE FAMILY HOUSING, PHASE 13, MINOT AFB, NORTH DAKOTA. The solicitation will close on or about 14 March 2007 at 1400 (2:00 PM CST) hours. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. SITE VISIT A site visit and Pre-Proposal conference will be held at Minot AFB on 21 February 2007 from 9:00 a.m. until 12:00 noon. Assembly will take place in the Lounge of the Jimmy Dolittle Center on Minot AFB, ND. The conference will begin promptly at 9:00 a.m. local time, addressing general project questions with discussion lasting until 10:30 a.m. local time. A site visit is scheduled from 10:30 a.m. until 12:00 noon local time. For information about base access and scheduling your Pre-Proposal visit, contact the following: Minot AFB Project Office, U.S. Army Corps of Engineers, Telephone: (701) 727 6127. FAX (701) 727 6128. See Bonding Requirements: See Section 00110 of the solicitation for Bonding Requirements. See Obtaining Solicitation Documents below. Project Description: This is a Design-Build Project. The work consists of design and construction of the Replace Family Housing, Phase 13 project at Minot AFB, North Dakota. The work consists of demolition of 636 existing housing units and replacing - construction of 550 new units. Design and construction for the Phase 13 project requires a mixture of duplex and single family housing units for the following housing types: JNC O 2 bedroom modified (JNCO2(M)), JNCO 3 bedroom (JNCO3), SNCO 3 bedroom (SNCO3), SNCO 3 bedroom ADA (SNCO3 ADA), E9 4 bedroom ADA (E94 ADA), CGO 2 bedroom modified (CGO2(M)), CGO 3 bedroom (CGO3), CGO 3 bedroom ADA (CGO3 ADA), CGO 4 bedroom (CGO4), FGO 3 b edroom (FGO3), SOQ 4 bedroom (SOQ4), SOQ 4 bedroom ADA (SOQ4 ADA) and SOQ 4 bedroom ICO (SOQ4 ICO) units. Infrastructure work includes utility upgrades, road improvements, landscaping, etc. All units will require double-car garages, central air conditioni ng, refrigerators, garbage disposals, dishwashers, water heaters, range/ovens, automatic garage door openers, carbon monoxide detectors and smoke detectors. RFP Evaluation - Firms participating in the RFP will submit technical requirements and will be evaluated based on the best value approach considering technical elements for evaluation - e.g., Experience, Past Performance, Project Management, Utilization of Small Business, and Design as explained in the solicitation and also Price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be subjectively evaluated for realism and reasonableness. The estimated design and construction cost of this project is between $150,000,000 and $175,000,000. Individual cost limitation for Phase 13 will be specified in the RFP. Obtaining Solicitation Documents: The Corps of Engineers, Omaha District, will no longer send copies of solicitations via paper or Compact Disc (CD's) of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeD S. FedTeDS is a web-based dissemination tool designed to safe guard 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 Fed TeDS in note 2 below. The process to download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps at: www.fbo.gov. 2. Once you open the solicitation announcement on Fed Biz Opps, there will be a link provided to the solicitation on FedTeDS . Click on the link. 3. If you are a first time user, you will have to register as described in the information included below; if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin dow nloading the various files to your location. Registration instructions can be found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registr ation Process option. The information listed below is required to register: 1. Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN. 2 . DUNS Number or CAGE code assigned to the firm. 3. Telephone Number. 4. E-Mail address. Obtaining Planholders List: If you are interested in Viewing a List of Interested Vendors or Plan-holders List and Receiving Notifications or e-mail of changes to a solicitation, Federal Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested inf ormation and submit. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communicate this information. Federal Data Technical Solutions or FeDTeDS will add a similar feature in the near future. Between and slightly below the notification boxes mentioned above is a link for the interested vendors listing. 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 fro m date of submission or update to ORCA. Contractual questions should be made to Mr. Mel Vogt: 402-221-4298 and emailed to Mel.E.Vogt@usace.army.mil. Telephone calls regarding Small Business matters should be made to Mr. Hubert Carter: 402-221-4110. Telephone calls on content of the request for proposal documents should be made to the Project Manager, Mr. John Stobbe at: (402) 221-3985 or Specification Section, Ms. Marylee Stobbe at: (402) 221-4411 with an email copy of any question asked furnished to Mr. Mel Vogt @ Mel.E.Vogt@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01216771-W 20070124/070122220840 (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.