Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

Y -- Design Build Construction Services for a New Combined Weather Service Office and Upper Air Inflation Shelter Facility at Barrow, Alaska.

Notice Date
5/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
64106
 
Solicitation Number
WC133W-08-RP-0059
 
Response Due
6/30/2008 12:00:00 PM
 
Point of Contact
Phyllis R. Jackson, Phone: 816-426-7464, Jackie S Smith,, Phone: 816-426-2068
 
E-Mail Address
phyllis.r.jackson@noaa.gov, jacqueline.s.smith@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Central Region Acquisition Division intends to obtain design build (DB) construction services for a new combined Weather Service Office and Upper Air Inflation Shelter facility at Barrow, Alaska. The total budgeted amount both for the design and for the construction of this facility shall not exceed $3.0 million dollars. The NWS Alaska Region requires a new combined WSO and UAIS facility to replace the existing separate WSO and UAIS facilities. The design shall meet arctic construction and climate requirements in Barrow, Alaska. The WSO/UAIS must be operational 365 days a year, even in the most extreme weather conditions, so weather observations can be submitted to the public and the national climate network. The function of the UAIS is to provide a facility to inflate and launch balloons twice a day at 12 hour intervals, 365 days a year. Additional requirements include a life span of 30 years, energy efficiency, low operations and maintenance requirements, low maintenance exterior finish materials and accessibility to public areas in accordance with the Americans with Disabilities Act (ADA). Leadership in Energy and Environmental Design (LEED) shall be evaluated with the goal to attain LEED Silver Certification. The selected contractor shall be responsible to assure that design costs do not exceed the Brooks Act 6% limitation. The successful offeror shall complete designs and construction, providing all necessary materials and labor to complete the project. The expectation is to award the design-build contract in August 2008. Design will begin in October 2008. Construction will begin with foundation piling installation on/or about January 30, 2009, and construction will be completed by June 30, 2010. This is a negotiated best value acquisition. The following minimum requirements shall apply to all offers submitted: a. Schematic Design: Offerors shall submit the required drawings, schedules and schematics outlined in Section L of the Request for Proposals (RFP). b. Project Experience: The offeror shall provide evidence that the construction member of their team has completed one project in an arctic environment, or that the offeror has formed a partnership with a firm with arctic construction experience. c. Bonding capacity for the Project: The offeror shall provide evidence, in the form of a letter from a bonding institution, of the offeror?s ability to obtain bonding in the amount of the offeror?s proposal. The letter from the bonding institution must be in a form that is acceptable to the Government Contracting Officer. Proposals will be evaluated both for technical merit and for cost effectiveness. In the evaluation of offers for this acquisition, it has been determined that cost will be considered approximately equal in value to all of the technical factors combined. The specific evaluation criteria to be used in this acquisition are presented here in descending order of importance, except that factors (1) and (2) are equal in importance: (1) Relevant Project Experience; (2) Design Approach; (3) Key Personnel; (4) Schedule/Period of Performance and (5) Past Performance. Strict conformance with those evaluation criteria is required. Firms that respond to this announcement must demonstrate their ability to successfully provide both design and construction services. This acquisition will result in a firm fixed-price contract. The requirement will be accomplished using 100% Total Small Business Set-Aside. The North American Industrial Classification System Code (NAICS) is 236220. The size standard for Small Business is $31 Million. It is desired that the building be completed by June 30, 2010, approximately six hundred and thirty-six (636) calendar days after issuance of a written Notice to Proceed (NTP). All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at (800) 333-0505 or on line at https://www.dnb.com/product/eupdate/requestOptions.html. Firms interested in receiving notification when the solicitation is available must submit a request in writing to Jacqueline Smith via e-mail at jacqueline.s.smith@noaa.gov or by facsimile transmission (fax) at (816) 274-6828. All requests should be received by March 28, 2008. Requests should reference Solicitation Number WC133W-08-RP-0059. Requests must include company name, address, point of contact, Commercial and Government Entity (CAGE) number, DUNS number, phone number, fax number, and e-mail address. NO PHONE REQUESTS WILL BE ACCEPTED. All sources submitting a written request for the solicitation will be notified via e-mail when the solicitation documents are available and given instructions on how to obtain them. The solicitation will be available on or about April 3, 2008. Hard copies of the solicitation and drawings will not be available. IMPORTANT NOTE: Firms must be registered in Federal Technical Data Solutions (FedTeDS) in order to obtain a copy of the solicitation and drawings. For instruction on how to register in FedTeDS, access the following website https://www.fedteds.gov/. All responsible sources may submit an offer that will be considered by the agency. Original Point of Contact Phyllis Jackson, Contract Specialist, Phone: (816) 426-7464, FAX (816) 274-6998, Email phyllis.r.jackson@noaa.gov. Questions of a technical nature should be referred to Jerry Britton, Project Manager, (816) 426-7804, FAX (816) 274-6938, Email jerry.a.britton@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a2048638927ea0e437abe9e034ad597&tab=core&_cview=1)
 
Place of Performance
Address: WSO BarrowPost Office Box 149
Zip Code: Barrow, Alaska
 
Record
SN01578320-W 20080523/080521220628-0a2048638927ea0e437abe9e034ad597 (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.