Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

Y -- C 4ISR Center of Excellence, Aberdeen Proving Grounds, Harford County, Maryland

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-07-R-0011
 
Response Due
4/17/2007
 
Archive Date
6/16/2007
 
Small Business Set-Aside
N/A
 
Description
This acquisition is a fixed price best value procurement for design and construction of new facilities to serve the Command, Control, Computers, Intelligence, Surveillance and Reconnaissance (C 4ISR) Center of Excellence which is moving from Fort Mon mouth, NJ to Aberdeen Proving Ground, MD under the current BRAC order. The project consists of designing and building approximately 2,000,000 total square feet of office, laboratory, and warehouse space. Multiple building structures are expected and will be arranged in a Campus environment. Site work and utility improvements to support the new facilities will be provided under this contract and will connect with existing (or improved) utilities and roadways. An approximate breakdown by facility type is Administration Facilities (29%), SCIFs (16%), Communications and Electronics Labs (15%), Communications Equipment Buildings (28%), General Purpose Warehouses (12%), and Precision Machine Shops (1%). Please note all space allocation percentages are approxi mate and are provided for general information only. For background information on C 4ISR missions and activities offerors are invited to visit the C 4ISR website at http://www.monmouth.army.mil/C4ISR/. The solicitation may be structured to price out a ba se bid (approximately 400,000 SF) and 2 options for approximately 600,000 SF and 1,000,000 SF each. All work must be completed by September 2011. The method of procurement will be Two Phased Design-Build Selection Procedures. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two. Three firms selected in Phase One will be permitted to submit proposals in Phase Two. Source Selection Evaluation Factors are: Phase One (listed in descending order of import ance): Prime Contractor Relevant Experience; Prime Contractor Past Performance; Prime Contractor Organization and Technical Approach. Phase Two evaluation factors (listed in descending order of importance) are: Design-Technical; Phase I Proposal Rollup E valuation; Remaining Performance Capability; Small Business Utilization; and Price. Proposals will be evaluated based upon the evaluation factors in the solicitation with the technical rating being more important than price. Detailed evaluation factors a nd sub factors will be included in the RFP package. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer who submitted the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest v alue to the Government. Proposers are advised an award may be made in Phase Two withouth discussion or contact concerning the proposal received. The NAICS Code for this project is 236210 and the small business size standard is $31 million. Issue date fo r Phase I (Technical Qualifications) of the Request for Proposals is on or about April 2, 2007 with proposals due by close of business on or about April 17, 2007. Solicitation documents, plans and specifications will only be available via the Federal Tec hnical Data Solution (FedTeDS) homepage located at https://www.fedteds/gov/. Registration for plans and specifications should be made via FedTeDS Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contra ctors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FedTeDS at the above address. Hard copies of amendments will not be furnished. It is the contractors responsibility to monitor the web site for any amendments to this solicitation. All prospective contractors and their subcontractors and suppliers must be registered in FedTeDS before they will be permitted to download solicitation documents/information. FedTeDS registration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telephone Number, E-mail Address. Registration instr uctions can be found on the FedTeDS website: https://fedteds.gov/ by clicking on Register With FedTeDS hyperlink. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The off icial media of distribution for this solicitation is WEB only. No written or faxed requests will be accepted. Interested contractors should register on the web page. If any registration information changes during the advertisement period, contractors ar e responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving notification of the solicitation and any amendments. It is the contractors responsibility to monitor the web page for any amendments to this solicitation. Estimated cost range of the project is between $250,000,000 and $500,000,000. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Re gistration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $25,000.00 is required by legislation to comply with VETS-100 annual repor ting as required by FAR 22.1310(b) prior to award. Reporting information may be obtained by calling 703-461-2460 or by accessing the internet website at http://vets100.cudenver.edu. Liquidated Damages will be specified. Davis Bacon rates will be appli cable. Bonding and insurance is a requirement on the construction portion of the resulting contract. This procurement is advertised as unrestricted and is subject to the availability of funds. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in fo rce structure and disposition of US Armed Forces.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01253211-W 20070318/070316221403 (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.