SOLICITATION NOTICE
Y -- DESIGN-BUILD, NON STANDARD MILITARY OPERATIONS URBAN TRAINING, PHASE III
- Notice Date
- 1/21/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, California, 90053-2352
- ZIP Code
- 90053-2352
- Solicitation Number
- W912PL-09-R-0019
- Archive Date
- 3/26/2009
- Point of Contact
- Lucia A. Carvajal,, Phone: 213.452.3240, Cynthia H. Mcmanus,, Phone: 213-452-3247
- E-Mail Address
-
lucia.a.carvajal@usace.army.mil, Cynthia.H.Mcmanus@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- Y-DESIGN-BUILD, NON STANDARD MILITARY OPERATIONS URBAN TRAINING (MOUT) PHASE III, FORT IRWIN, CALIFORNIA Estimated Cost Range is $10,000,000 - $25,000,000. This Procurement will be conducted under FSC CODE: Y199, NAICS Code: 236220. The size standard for this code is $33,500,000. TYPE OF AWARD: Firm-Fixed Price SET ASIDE: NO, Unrestricted, Full and Open Competition Design and Construct Phase III of a Non-Standard Military Operations Urban Training (MOUT) project, at Fort Irwin, California. Phase III consists of approximately 83 buildings. The primary facilities include a Palace HQ, Barracks, multi-story businesses and one and two story residences, training roads, and instrumentation. All single story buildings will be CMU with multistory buildings to include inside communications room. Proposed roof systems will provide some protection for instrumentation and building contents, but is in no way meant to serve as a completely weather-tight entity. Materials to be considered for construction of multi-story buildings will be CMU; Stud cast concrete panels, Pre-cast concrete panels, and Cast-in-Place concrete. The training facility will provide a realistic training environment that incorporates lessons learned from recent combat deployments and from existing urban warfare training facilities. The facility is required to train Active Army, National Guard, Army Reserve, and other uniformed service members in the techniques of fighting within towns and cities at the brigade level. The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The basis for award is Best Value "Tradeoff." This process permits tradeoffs among costs or price and non-cost factors and allows the Government to award to a superior offeror which is not the lowest priced offer but which is significantly more technically advantageous than the lowest offeror so as to justify payment of a higher price. It is the Government's intent to award based on initial offers without discussions. The offeror chosen will complete the design and construct the facility. Evaluation factors may consist of the following: Design/Construction past performance on projects similar in nature; design/construction experience; design/construction key personnel; Project Management Plan. The aforementioned evaluation factors may not be all inclusive. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation will be available on or about 5 Feb 2009. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation, both prospective primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-9. Failure to submit an acceptable sub-contracting plan may make the bidder ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 19.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 70% with small business; 6.2% with small disadvantaged business; 7.0% with woman owned small business;.9% with service disabled veteran owned small business; 3.0% with veteran-owned small business and 9.8% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK WWW.FBO.GOV FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY LOSS OF INTERNET CONNECTIVITY OR FOR AN OFFERORS INABILITY TO ACCESS THE DOCUMENTS POSTED AT THE REFERENCED WEBSITE. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov. Contracting Office Address: US Army Engineer District, Los Angeles, P. 0. Box 532711, Los Angeles, CA 90053-2325
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36ec750584b9679d652214b44e3ff79d&tab=core&_cview=1)
- Place of Performance
- Address: Fort Irwin National Training Center, Fort Irwin, CA, Postal Code: 92310-0048, Country: USA, Fort Irwin, California, 92310-0048, United States
- Zip Code: 92310-0048
- Zip Code: 92310-0048
- Record
- SN01735181-W 20090123/090121214642-36ec750584b9679d652214b44e3ff79d (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 |