Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

Y -- Additions/Alterations to Winn Hospital Ft Stewart

Notice Date
10/20/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-0001
 
Archive Date
12/15/2010
 
Point of Contact
William M Weaver, Phone: 912-652-5700
 
E-Mail Address
William.M.Weaver@usace.army.mil
(William.M.Weaver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is being offered for unrestricted competition. The period of performance is 730 calendar days. This is a competitive acquisition for Additions and Alterations to Winn Army Hospital (Phase I), Ft. Stewart, GA. The Single Offeror successful in obtaining this contract award will be the offeror whose proposal represents the best value and is determined to provide the most benefit to the Government. That offeror whose proposal provides the best "overall" value to the Government will also be awarded this contract. The specific acquisition approach is a full-design Price Performance trade-off. Description of Work: Clinical additions and alterations to Winn Army Hospital, Ft. Stewart, GA. Primary facilities include a 65,000sf addition and 1,000sf alteration to the hospital as well as building information systems. Sustainable Design and Development (SDD) and the Energy Policy Act of 2005 (EPAct 2005) will be included. Evidence based design features and phasing will be included. Phasing plan will require the existing facility to be open and completely operational during repairs. Work will include fire protection, detection and alarm systems. Supporting facilities to include electric service, natural gas, water and sewer services, security lighting, fire protection, paving walks and curb and gutters, storm drain, signage, information systems, site improvements and landscaping, fencing and gates, and AT/FP measures. Access for persons will disabilities will be provided. Comprehensive interior and furnishings design will be provided. The demolitions of 3 Buildings (11,659sf) will be required. Air Conditioning tonnage is estimated at 500 tons. One Option may be included for temporary monthly cooling services. The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Interested Contractors should have the experience and capabilities to perform construction that meets all the following criteria. Evaluation Criteria follows: FACTOR 1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is more important than Factors 2 and 3. FACTOR 2: PAST PERFORMANCE: This factor is equal in importance to Factor 3. FACTOR 3: TECHNICAL APPROACH NARRATIVE. This factor is equal in importance to Factor 2. PRICE: All non-cost factors, when combined, are equal in importance to Price. Relevant Experience Projects will be considered similar to this procurement if they are similar in complexity in type, scope and magnitude. Projects which do not meet the minimum criteria specified below SHALL NOT be considered. Projects which meet the specified minimum criteria and which also meet some or all of the additional criteria specified below may be more highly rated. The Government will not consider multiple projects such as individual task orders combined to meet the criteria referenced in 4.1.2.1 below. 4.1.2.1 Minimum Criteria: Construction of New Multi-Function Private or Government Medical Facilities (Clinics and Hospitals) OR Major Additions and Alterations to Private or Government Medical Facilities (Clinics and Hospitals). 4.1.2.1.1 Project minimum size should reflect 30,000 square feet of gross space. 4.1.2.1.2 Projects submitted by the Offeror should have a new construction OR new construction and renovation value of no less than $20M. 4.1.2.2 Additional Criteria: Additionally, projects should reflect the following features in terms of complexity. 4.1.2.2.1 General office space with reconfigurable walls and partitions 4.1.2.2.2 Conference rooms with audio-visual conferencing capabilities 4.1.2.2.3 Exterior covered loading areas and/or work spaces 4.1.2.2.4 Executive and general administrative offices 4.1.2.2.5 Significant Information Technology (IT) operational areas 4.1.2.2.6 Building associated utility infrastructure 4.1.2.2.7 Parking area and/or facilities to accommodate required occupancy Award will be made to that Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall 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. The solicitation will be issued in electronic format only. Paper copies of the solicitation will not be available. Other methods of requesting a package will not be honored. The solicitation is anticipated to be available on or about 5 November 2010. 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) database 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/DACA21/W912HN-11-R-0001/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, P.O. Box 889, Savannah, Georgia, 31402-0889, United States
Zip Code: 31402-0889
 
Record
SN02314308-W 20101022/101020234349-4d85a372b65e894a80fa8f94bd1292ef (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.