Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
MODIFICATION

Y -- Armed Forces Medical Examiners System Facility, Dover Air Force Base, Dover, Delaware - Solicitation 1

Notice Date
6/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0015
 
Point of Contact
Michelle L. Johnson, Phone: 2156566774, Joseph T Bujnowski, Phone: 215-656-6761
 
E-Mail Address
Michelle.L.Johnson@usace.army.mil, Joseph.T.Bujnowski@usace.army.mil
(Michelle.L.Johnson@usace.army.mil, Joseph.T.Bujnowski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Example of RFI format Drawings--Volume 2 Drawings--Volume 1 Specifications--Volume 2-5 Specifications--Volume 2-4 Specifications--Volume 2-3 Specifications--Volume 2-2 Specifications--Volume 2-1 Specifications---Volume 1 This acquisition is a fixed price best value procurement for design and construction of a new Armed Forces Medical Examiners System facility which is moving from Rockville, MD to Dover Air Force Base, Dover, DE under the current BRAC order. The project consists of designing and building a maximum 117,000 total square foot facility of primarily administrative space, medical warehouse, and laboratory space. Site work and utility improvements to support the new facilities will be provided under this contract and will connect with existing utilities and roadways. Laboratory commissioning, O&M Manuals, and sustainable design features will be included. An approximate breakdown by facility type is as follows: Administration Facilities (53%), Medical Warehouse (10%), and Laboratories (37%). Please note all space allocation percentages are approximate and for general information purposes only. Demolition of an existing building (17,200 Total SF) and a free standing 3 bay POV carwash will be required. All work must be completed within 540 calendar days. Award will be made using best value source selection procedures. The Government will award the contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the RFP will be the Best Value to the Government. The award may be made to a superior offeror which is not the lowest offered price, but which is significantly more technically advantageous than the lowest offer so as to justify the payment of a higher price. The evaluation factors listed in descending order of importance are: Factor 1 - Technical (which will include subfactors for Quality of Building Systems and Materials and Sustainability Requirements), Factor 2 - Performance Risk (which will have subfactors for Specialized Experience, Past Performance, Design-Build Team, Proposed Contract Duration and Summary Schedule, Organization/Technical Approach, and Key Personnel Capabilities and Experience), Factor 3 -Price, and Factor 4 -Small Business Participation Plan. NOTE: The relative importance of factors and sub-factors will be listed in detail in the solicitation. All evaluation factors other than cost/price, when combined, are significantly more important than cost or price; however cost/price will contribute substantially to the selection decision. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer who submitted the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 and the small business size standard is $33.5 million. Estimated cost range of the project is $25,000,000.00 to $100,000,000.00. Issue date for the Request for Proposals is on or about May 29, 2009 with proposals due by 2:00 pm, local time, on or about July 13, 2009. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $100,000.00 is required by legislation to comply with VETS-100 annual reporting prior to award. Reporting information may be obtained by calling 301-306-6752 or by accessing the internet website at http://vets100.vets.dol.gov. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance is a requirement on the construction portion of the resulting contract. This procurement is advertised as unrestricted. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-R-0015/listing.html)
 
Record
SN01834930-W 20090605/090603235411-dd6b7c78168ad3630ed716758b8fc0d2 (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.