Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Y -- FY10 SOF Company Operations Facility, PN65446, Fort Lewis, Washington

Notice Date
3/12/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW10R0043
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
erik.lundstrom, 206.764.6698
 
E-Mail Address
USACE District, Seattle
(erik.a.lundstrom@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THE SEATTLE SMALL BUSINESS ADMINISTRATION HAS MADE A DETERMNIATION THAT HIS PROCUREMENT SHALL PROCEED AS A COMPETITIVE SDVOSB SET-ASIDE. THIS ANNOUNCEMENT IS OPEN TO SDVOSB FIRMS AND THE OFFEROR (CONTRACTOR) MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. The Seattle District Corps of Engineers has a requirement to Design-Build a Company Operations Facility (COF) for the HHC/RSC (E Company) of the 2nd Battalion, 75th Ranger Regiment as part of their Battalion Operations Complex. The complex is one of two projects master planned in the Division area of Fort Lewis, bounded by Mastin Avenue to the north, 3rd Division Drive on the east, 2nd Division Drive on the west, and Owen Avenue on the south. The other project is the FY09 SOF Battalions Operations Complex, PN 50347, recently awarded and scheduled to begin construction Fall 2009. The facilities to be constructed include a 40,877-square-foot (COF) for two companies with associated covered hardstand. The demolition of Buildings 03469 and 03470, and two TCOF modular buildings are included in this project. Site improvements associated with the buildings include landscaping, privately-owned vehicle parking lots, sidewalks, concrete apron/hardstand, and curbs and gutters. Utilities include connections for water (domestic and fire protection), sanitary sewer, natural gas, propane, and power. This includes replacing the existing utilities infrastructure within the site. Stormwater will be contained or infiltrated on site through the use of bioswales and retention ponds. Also included is the relocation of the concrete pad for Arms Vaults after the FY09 COF is constructed. Included in the design of these buildings are ICIDS security systems for SIPRnet communication rooms, secure areas designated as open classified storage, and arms vaults. Force protection requirements to include building setbacks, security fencing, compound access control, window and door protection, and mass notification systems for all buildings. Communications system will include extension of copper and fiber optic lines from Communications Hut 3468 to the project site via a new duct bank constructed in the FY09 project. The project will incorporate sustainable design features to achieve a LEED Silver certification as a goal. The design and construction costs of this project will be subject to the contract cost limitation (CCL) of $14 Million and a completion period not to exceed 540 calendar days after NTP. The NAICS code for this project is 236220 with a small business size standard of $33.5M. The solicitation will be a two-phase Design-Build competitive RFP in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 36.3 entitled Two-Phase Design-Build Selection Procedures. There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach, evidence of ability to obtain bonding) and a Phase Two (submission of technical and price proposals). Those firms that wish to be considered for Phase One may provide submittals in accordance with instructions in the solicitation. The submittals will be evaluated and the Contracting Officer will select up to three of the most highly qualified offerors. Phase Two will require the offerors selected in Phase One to submit technical and price proposals, which will be evaluated utilizing the best value process as defined in Federal Acquisition Regulation (FAR) Part 15 and will include price and non-price evaluation factors. A firm-fixed price contract will be negotiated as a result of the solicitation. As previously stated, this project is set-aside for SDVOSB firms. On or about 27 March 2010, the solicitation documents for this project will be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW-10-R-0043. You must be registered with the FBO website to download the solicitation documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. 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. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so 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. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW10R0043/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02091060-W 20100314/100312235552-9d11c36ad0f3d3b1be274c3426907ece (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.