Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

Y -- PHYSICAL FITNESS FACILITY, FORT CARSON, CO

Notice Date
3/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F09R0043
 
Response Due
4/17/2009
 
Archive Date
11/30/2009
 
Point of Contact
Polina Poluektova,, Phone: 402-995-2091
 
E-Mail Address
polina.a.poluektova@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities Information SOLICITATION NO. W9128F-09-R-0043 Points of Contact: Contract Specialist Polina Poluektova (402) 995-2091 Office of Small Business Programs Hubert J. Carter, Jr (402) 995-2910 On or about 27 March 2009, this office will issue Request for Proposals for design and construction of the 47th BCT PHYSICAL FITNESS FACILITY at FORT CARSON, COLORADO. The solicitation will close on or about 4 May 2009. This solicitation is set-aside for Historically Underutilized Business Zone (HubZone) will utilize a cascading methodology according to the following hierarchy. Tiered evaluation of offers, also known as cascading evaluation of offers, is a negotiated procedure whereby the contracting activity will (1) solicits and receives offers from both small and other than small business concerns; (2) establishes a tiered or cascading order of precedence for evaluating offers that is specified in the solicitation; and (3) If no award can be made at the first tier, evaluates offers at the next lower tier, until award can be made. Business concerns may submit offers within the Tier to which they qualify (i.e. Historically Underutilized Business Zone (Hubzone) Set-aside; Small Business Set-Aside; Unrestrictive, Full and Open). Contract Award will be made at the highest Tier with adequate competition within the Construction Cost Limitation and other best value factors. 1. Consideration for contract award will begin at Tier 1 - HubZone Set-Aside. 2. If contract award cannot be made at Tier 1, those responsive Hubzone offers will flow down and be considered for contract award with the responsive Tier 2 - Small Business Set-Aside offers. 3. If contract award cannot be made at Tier 2, those responsive Small Business (to include Hubzones) offers will flow down and be considered for contract award with the responsive Tier 3 - Unrestrictive, full and open offerors. A site visit has been scheduled for 8 May 2009. Provisions in the solicitation documents will provide detailed information (meeting place, time, points of contact, and access requirements). See Obtaining Solicitation Documents below. Project Description: This is a Design-Build Project. The work consists of design and construction of a new Physical Fitness Facility with natatorium. Project includes a fitness area, exercise area, gymnasium, and structured activity area; locker rooms, control desk, administrative areas, storage, laundry areas, and natatorium. Work includes fire protection, detection, and alarm systems; connections with the energy monitoring and control system (EMCS); and information systems. The facility will be constructed within a clearly defined area of land(or footprint). Disciplines such as Architectural, Interior Design, Structural, Civil, Environmental, Electrical and Mechanical will be required for design. Innovative construction techniques and facilities that allow fast track execution of the project will be necessary to meet Department of Army requirements for facility completion. Supporting facilities include all utilities, exterior lighting and control, information systems, fire protection; paving, walks, curbs, and gutters; storm drainage; parking; and site improvements. Access for individuals with disabilities will be provided. Special foundations are required due to soil condition. Heating and air conditioning will be provided by self-contained system. Design and construction to Sustainable LEED standards and Anti-Terrorism and Force Protection (AT/FP) requirements is included for all facilities per Department of Army (DA) guidance.Interior design services include building related interior design and furniture design for the Physical Fitness Facility.Procurement of and installation of furniture is not under this contract. Proposal Evaluation:This requirement is being set up as a single phase, design/build RFP.Although it is a single phase, the contractors will be evaluated for Best-Value by considering the technical merits of their concept, as well as the price proposed for the project. In order to effectively and equitably evaluate all proposals, the Contracting Officer must receive information sufficiently detailed to clearly indicate the proposal requirements. Firms participating in the RFP will submit technical requirements in accordance with requirements in the RFP. Submissions will be evaluated based on a best value approach considering technical elements for evaluation. An adjectival method of evaluation will be used to evaluate the technical factors. All technical factors, when combined, are significantly more important than price. There will be no public opening. A pre-proposal meeting will be conducted after issuance of the Request for Proposal (RFP). The estimated design and construction cost of this project is between $20,000,000 and $30,000,000. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Registering is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitations is as follows: 1. Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 2. If you are a first time user, you will have to register** (see info included below); Otherwise, enter username and password. 3. Click on Opportunities hyperlink at top of the fbo.gov. 4. Enter solicitation number of project in Keywords/SOL # box and click on Go button. 5. Click on link to solicitation or amendment. 6. If you want other vendors, sub-contractors or contractors to contact you, click on Add me to Interested Vendors link. 7. Click on Packages link. 8. To access solicitation documents, Central Contractor Registration Marketing Partnering Identification Number (MPIN) and solicitation number are required. Click on Go button. Follow the on-screen requirements to access and download the solicitation documents or amendments. **Registration: The information listed below is required to register. 1. Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2. DUNS Number or CAGE code 3. Telephone Number 4. E-Mail address
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf766175193c898e5ef67e47e84fd0b6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers Fort Carson Resident Office, Fort Carson, Colorado, 80913, United States
Zip Code: 80913
 
Record
SN01779416-W 20090329/090327215312-a1a8f6fe3645cc4bb3215f6e28d94a7c (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.