Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

Y -- Carlisle Barracks General Instruction Building (GIB), SSI

Notice Date
6/4/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-10-R-0019
 
Archive Date
10/31/2010
 
Point of Contact
Sabrina A. Tippins, Phone: 757-201-7136, Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
sabrina.a.tippins@usace.army.mil, debora.s.gray@usace.army.mil
(sabrina.a.tippins@usace.army.mil, debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS PROCUREMENT IS A SDV SET-ASIDE PROCUREMENT. The U.S. Army Corps of Engineers, Norfolk District has a requirement for the design and construction of a primary 1-story General Instruction Building (GIB) facility not to exceed 6,400 S.F, and all supporting site work and site structures, to house SSI research and supporting personnel in Carlisle, PA. The solicitation number assign to this acquisition is W91236-10-R-0019. The Government intends to award a firm fixed price contract using One-Phase Design-Build Selection Procedures and Contracting by Negotiation procedures outlined in FAR 36 and FAR 15. The evaluations factors for this procurement is as follows, listed in descending order of importance. Volume 1 - Factor 1 - Design Technical Subfactor 1 - Building Functional, Aesthetics And Space Subfactor 2 - Quality Of Building Systems And Materials Subfactor 3 - Site Design Subfactor 4 - Sustainability 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 - Small Business Utilization 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 proposals 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 $1,500,000.00-$2,500,000.00. The solicitation will be posted on/about June 21, 2010. The receipt date for proposals is on/about July 21, 2010 by 2:00 pm. NAICS CODE 236220 ($33.5M) applies to this procurement. Solicitation, submission requirements, and the plans/specs will be available on/about June 21, 2010 VIA Federal Business Opportunities (FedBizOpps, https://www.fbo.gov). Keyword search W91236-10-R-0019. NO hard copies will be available. Bid bonds WILL be required with proposal submittals. CCR: Prospective contractors MUST be registered in the DOD Central Contractor Registration (CCR) database. CCR Registration MUST be ACTIVE and current and MUST contain the correct NAICS to be eligible for contract award. Lack of registration in the CCR database WILL make an offeror ineligible for award. ORCA: Online Representations and Certifications Applications (ORCA) apply to this solicitation. In ORCA, vendors have the ability to enter and maintain representations and certification information via the Internet at http://orca.bpn.gov. Vendors are no longer required to submit representations and certifications with proposal. Instead, this solicitation contains a single provision that will allow vendors 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. 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. It is INCUMBENT upon vendors to monitor FEDBIZOPPS for the RELEASE of the solicitation, specification, drawings, and all subsequent amendments. It is VERY HIGHLY RECOMMENDED that vendors register as "interested vendors" within the www.fbo.gov website in order to receive automatic notification of changes to this acquisition. TELEPHONE REQUESTS WILL NOT BE HONORED. Inquires may be directed to Sabrina Tippins via email at Sabrina.a.tippins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0019/listing.html)
 
Place of Performance
Address: Carlisle, Pennsylvania, United States
 
Record
SN02168365-W 20100606/100604234434-8e5ac97b8e3187312b34774a35bdf6d3 (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.