SOLICITATION NOTICE
Y -- Warrior In Transition Administrative Facilities, Ft Carson, CO PN 70196
- Notice Date
- 5/10/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-10-R-0060
- Response Due
- 10/30/2010
- Archive Date
- 12/29/2010
- Point of Contact
- Gwendolyn L. Miller, 817-201-9659
- E-Mail Address
-
USACE District, Fort Worth
(gwendolyn.l.miller@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Two Phase Design Build Warrior in Transition Complex, Administrative Facilities, Ft Carson, CO PN 70196 FSC: Y119 NAICS: 236220 Size Standard: $33.5 M This project will be solicited as a Service Disabled Veteran Owned Small Business Set Aside utilizing a Two-Phase Design Build Request for Proposal in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. Award will be made to the Offeror whose technical submittal and price proposal contains the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. General Description: The Administrative facilities are a part of a Warriors in Transition (WT) Complex at Fort Carson, Colorado. The complex was and will be constructed in 3 separate contracts. The first contract was for the Soldiers Family Assistance Center (SFAC) a 15,000 SF facility with a staff of 12. This contract is presently completed. The second contract is for a 168 person (96,400 SF) barracks that was awarded on 4/20/2010. This Presolicitation Notice is for the upcoming Design Build project for the follow-on Administrative Facilities to include all site work, utilities and preparation of the pad sites. There are two administrative buildings in this solicitation. One administrative facility is a single story Battalion Headquarters building consisting of 8,100 GSF. The other is a three story Company Headquarters building consisting of 33,000 GSF. The architectural theme has been established by the first two contracts and this contract will be required to match that theme. RELATIVE IMPORTANCE OF FACTORS is as follows: Phase I: FACTOR 1-1 Specialized Experience; FACTOR 1-2 Past Performance; FACTOR 1-3 Organization and Technical Approach. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2 is more important than Factor 1-3. Factor 1-3 is the least important Factor. Factors 1-1, 1-2, 1-3, when combined are equal importance to Factor 2-1. Phase II: FACTOR 2-1 Design Technical (consisting of the following elements: Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design; Proposed Site Work and Building Construction Coordination Plan; Key Sub-Contractors; and Sustainability Requirements); FACTOR 2-2 Proposed Construction Schedule and Summary Schedule; FACTOR 2-3 Utilization of Small Business Concerns. Factor 2-1 is more important than Factor 2-2 and significantly more important than Factor 2-3. Factor 2-2 is more important than Factor 2-3. Factor 2-3 is the least important factor. Price: All non-cost factors, when combined, are equal in importance to Price. The magnitude for this project is between $5,000,000 and $10,000,000. Options may be included in this contract. The Government anticipates Phase One documents to be issued on or about 25 May 2010. No more than three (3) Offerors will be invited to participate in Phase Two. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-R-0060/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02144520-W 20100512/100510234259-95684167caa47a491fdd2ba94790f5dd (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 |