Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOURCES SOUGHT

Y -- Design-Build Construction of a FCI to be located in Hazelton, Preston County, West Virginia

Notice Date
1/15/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
X00-0575
 
Archive Date
1/30/2009
 
Point of Contact
DelfinaSt. Clair,, Phone: 202-616-9762
 
E-Mail Address
dstclair@bop.gov
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation notice. The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Price Design-Build contract with award fees for the design and construction of a Medium Security, Federal Correctional Institution to be located near Hazelton, Preston County, West Virginia. The scope of work includes all architectural, engineering, construction and other related services necessary to provide a new Federal Correctional facility, and support buildings. The facility will be constructed on BOP property adjacent to the existing United States Penitentiary, Hazelton, West Virginia. The proposed project is currently planned to consist of a group of buildings in a “campus plan” arrangement with related site utilities and site development. This Federal Correctional Institution will have a gross building area of approximately 54,255 square meters and be designed to house and support approximately 1,152 inmates. The anticipated performance period of this project is 1000 calendar days after the notice to proceed is issued. The estimated magnitude of this project is more than $150,000,000.00. For consideration on this project, the Offeror at a minimum, must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. All responsible sources may submit a proposal which will be considered. For the design member of the design-build team, the Architect/Engineer (A/E) of Record of the Architect-Engineer firm, or the principal or lead A/E firm of a joint venture, must have an existing active office located within the State of West Virginia. The design of the architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished or reviewed and approved by Architects or Engineers registered to practice in the particular professional field involved in the State of West Virginia. Participation by Architects, Engineers, Consultants and Subcontractors located within the State of West Virginia is encouraged. Participation by Small, Small-disadvantaged, HUBZone small businesses, Woman-owned small businesses, Veteran-owned businesses, and Service disabled veteran-owned small businesses is encouraged. The Offerors included in Phase Two will be required to submit a subcontracting plan for this procurement regarding the utilization of Small, Small-disadvantaged, Woman-owned small, Veteran-owned small businesses, and Service disabled veteran-owned small businesses. The FBOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. The solicitation documents will be distributed through the General Services Administrations Federal Business Opportunities website at www.febizopps.gov and the Federal Technical Data Solutions website at www.fedteds.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring these websites to ensure you have the most up-to-date information about these acquisitions. Phase One solicitations will be issued on or about February 2, 2009. The Phase One proposal due date will be identified in the Phase One Solicitation. The Phase One solicitation will provide the scope of work, and the following evaluation factors including subfactors, which are all in descending order of importance: Past Performance (Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems), Technical Qualifications and Technical Approach. Phase One qualification proposals will be evaluated to determine which firms will be selected as Offerors for Phase Two. Phase Two participants will submit competitive past performance, technical, small business and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors, in descending order of importance are: Past Performance (descending order Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems); Preliminary Design and Proposed Technical Solutions; Proposed Organization and Key Personnel, Consultants and Subcontractors (descending order Sub-factors: Project Team Organization, Design-Build Offeror including Key Personnel, Consultants and Sub-contractors including Key Personnel); Management and Scheduling Approach, including Quality Control and Quality Assurance (Sub-factors: General Approach including Team Coordination and Quality Control and Quality Assurance, Proposed Design-Build Schedule and Monitoring of the Schedule, Planning for Project Completion); and Small Business Subcontracting. Non-price evaluation factors are significantly more important than Price, however, as proposals become more equal, price becomes more important and may be a determining factor for award. Additional or Bonus points may be awarded for Technical, Past Performance, and/or Small Business Subcontracting proposals. The point of contact for inquiries and clarifications is Delfina St Clair, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ddb8ce93f2a9f10506b262d24c2672cc&tab=core&_cview=1)
 
Place of Performance
Address: Hazelton, Preston County, West Virginia, Hazelton, West Virginia, United States
 
Record
SN01733361-W 20090117/090115220046-ddb8ce93f2a9f10506b262d24c2672cc (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.