SOLICITATION NOTICE
Y -- ARMY FAMILY HOUSING ON NEW CUMBERLAND ARMY DEPOT IN HARRISBURG, PA
- Notice Date
- 11/5/2009
- Notice Type
- Presolicitation
- NAICS
- 236115
— New Single-Family Housing Construction (except Operative Builders)
- Contracting Office
- US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-10-R-0006
- Response Due
- 12/21/2009
- Archive Date
- 2/19/2010
- Point of Contact
- SABRINA TIPPINS, 757-201-7136
- E-Mail Address
-
US Army Engineer District, Norfolk
(sabrina.a.tippins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Norfolk District has a requirement for a design-build project to design and construction of two (2) four (4) bedroom housing units, one for Commanding Colonel and one for Lt Colonel / Major (G-04-05), and four (4) four (4) bedroom duplex style residences for Company Grade Officers (G-06) on Government-owned land at Defense Distribution Center (DDC) New Cumberland, Harrisburg, Pennsylvania, including supporting infrastructure, energy conservation, utility basements, electrical distribution system, water and sewage systems, access streets, sidewalks, and landscaping; and the demolition of six quarters in buildings 31, 32, 40, and 41 (four separate two story masonry buildings built in 1939) and associated site demolition on the same sites. Units in duplexes will be 2,310 SF (square feet) each. Single family houses will be 2,520 SF each, commensurate with current DoD criteria for the intended grade of service occupants. Design and construction shall comply with the requirement in the Scope of Work. The solicitation number assign to this acquisition is W91236-10-R-0006. The Government intends to award a firm fixed price contract using Request for Proposal One-Step Design-Build Selection Procedures and Contracting by Negotiation procedures outlined in FAR 36 and FAR 15, respectively. The evaluations factors for this procurement is as follows, listed in descending order of importance. Volume 1 Factor 1 Design Technical Subfactor 1 Unit Functional, Aesthetics And Space Subfactor 2 Quality Of Building Systems And Materials Subfactor 3 Site Design Subfactor 4 Sustainability Requirements Volume 2 Factor 2 - Performance Capability Subfactor 1 Specialized Experience Subfactor 2 Past Performance Subfactor 3 Proposed Contract Duration And Summary Schedule Subfactor 4 Organization / Technical Approach Subfactor 5 Key Personnel Capabilities And Experience Subfactor 6 Utilization Of Small Business Concerns Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The construction duration is 12 months from receipt of Notice to Proceed. The magnitude of construction is estimated to be between $2,000,000.00-$3,000,000.00. The solicitation will be posted on/about November 20, 2009. The receipt date for proposals is on/about December 21, 2009 by 2:00 pm. NAICS CODE 236115 ($33.5M) applies to this procurement. Submission requirements (plans/specs) will be available on/about November 20, 2009 via Federal Business Opportunities (FedBizOpps, https://www.fbo.gov). Bid bonds will be required with proposal submittals. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD Central Contractor Registration (CCR) database in order to obtain access to FedBizOpps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. CCR Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent access to FedBizOpps and will make an offeror ineligible for award. NOTE: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, vendors have the ability to enter and maintain representations and certification information, via the Internet at http://orca.bpn.gov; therefore, vendors no longer have to submit representations and certifications with proposal. Instead, this solicitation contains a single provision that will allow vendor to either certify that all representations and certifications in ORCA are current, complete, and accurate as of the date of signature, or list any changes. Inquires may be directed to Sabrina Tippins by email at Sabrina.a.tippins@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0006/listing.html)
- Place of Performance
- Address: NEW CUMBERLAND ARMY DEPOT ARMY DEPOT HARRISBURG PA
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN01999191-W 20091107/091106000206-25c5c486b839e22af92b5dddde21a2fb (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 |