SOLICITATION NOTICE
Y -- Design and Construction of the Human Performance Wing Complex, Area B, Wright Patterson AFB, Ohio.
- Notice Date
- 9/18/2007
- 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
- 40201-0059
- Solicitation Number
- W912QR-07-R-0082
- Response Due
- 11/7/2007
- Archive Date
- 1/6/2008
- Point of Contact
- Tom Dickert, (502) 315-6177
- E-Mail Address
-
US Army Corps of Engineers, Louisville
(tom.e.dickert@lrl02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The following project is authorized by The National Defense Authorization Act of FY 2006 (Base Realignment and Closure (BRAC)). The project is located in Area B, Wright Patterson Air Force Base, Ohio. The proposed contract will be for the design and construction of the Human Performance Wing complex - approximately 650,000 SF. The project consists of two major facilities and ancillary facilities. The facility north of 5th street is approximately 200,000 SF, 3stories, containing high bay area, industrial space, dry laboratory space, space for Dynamic Flight Simulator (centrifuge) and hypobaric (altitude) chambers. The building south of 5th Street is 450,000 SF, 4stories, containing space for the Aerospa ce School of Medicine, medical clinic space, administration space and dry and wet laboratories. The Project also includes an approximate 9,000 SF addition to an existing vivarium, a detached approximate 1,500 SF Entomology Laboratory Building, and a remote training site. Primary facility(s) includes administration space, SCIF, classrooms, laboratories, radioactive storage, liquid oxygen & nitrogen storage, high bay areas, medical clinic space, space for Dynamic Flight Simulator (centrifuge) and hypobaric (a ltitude) chambers, auditorium and conference areas. Laboratory space includes medical research lab space, radiological, acoustical, visual, vestibular, cognitive, psychopharmacological and thermal-stress lab space, and high tech research lab space. Support ing facilities include all site utilities, fire protection systems (including sprinklers, detection devices, and alarms), information systems, access roads and parking, paving, walks, curbs, and gutters, storm drainage, and site improvements. Project shall provide all required antiterrorism/force protection measures. Access for individuals with disabilities will be provided. This solicitation is a Request for Proposal (RFP). The estimated price range is between $100,000,000 and $250,000,000. This will be an incrementally funded project. This Solicitation is Phase 1 of a 2-Phase Design/Build Best Value solicitation process. Thi s process requires potential 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 maximu m of five highest rated Offerors to receive the technical requirements package and provide a technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The selected Offerors will be in vited to a Preproposal Conference at Wright-Patterson AFB, Ohio. 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 wil l reflect the evaluation rating received in Phase 2 only. 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: Ex perience of the Prime Contractor and Design Team; Past Performance of the Prime Contractor, Design Team, and Past Performance on Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses; Approach Narrative; and Pro Forma Information. The Phase 2 Proposal: Management Plan; Schedule; Technical Proposal Information Major Subcontractors, Key Individuals, & Team; Subcontracting Information; Bonding Information; and Price. For Phase 2, all evaluation factors, other than cost or price, when co mbined, are equal to cost or price. The Phase 1 Solicitation will provide project information and front-end specifications. The Phase 2 Solicitation will provide the plans and technical specifications for the project. The Solicitation will be available by download from the Internet only. NAICS Code is 236220. Contract duration is 960 days. This is an UNRESTRICTED procurement. Size Standard is $31.0M. Approximate issue date is October 3, 2007 and approximate due date for Phase I proposals is November 5, 2007 at 2:00 p.m. Louisville Time. Award of a Firm Fixed-Price Design/Build contract is s cheduled for March 2008. Project documents will be web only. Downloads are available only through 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. Questions may be addressed to tom.e.dickert@lrl02.usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA27/W912QR-07-R-0082/listing.html)
- 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
- Zip Code: 40202-2230
- Record
- SN01410566-F 20070920/070919144247 (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 |