Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

Y -- FY11 Preventive Medicine Facilities, PN: 47344 Joint Base Lewis McChord, Washington

Notice Date
3/25/2011
 
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
W912DW-11-R-0030
 
Response Due
5/10/2011
 
Archive Date
7/9/2011
 
Point of Contact
JAMES A RUSSELL, 206.764.6087
 
E-Mail Address
USACE District, Seattle
(james.a.russell@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
CONTRACTING POC: Erik Lundstrom (Erik.A.Lundstrom@usace.army.mil); (206) 764-6698 ALTERNATE POC: Susan Newby (Susan.F.Newby@usace.army.mil); (206) 764-6754 Competition for this procurement will be limited to 8(a) firms located in the State of Washington, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The Seattle District Corps of Engineers has a requirement for a two-phase design-build construction of a new 14,000 SF preventive medicine facility, utilities, site improvements, walkways, and parking, at JBLM, WA. The program for design includes reception and waiting, examination rooms, a small treatment zone (without medical gases), conference room, provider and administrative offices, and support spaces. The project will be required to meet LEED 3.0 Silver compliance to include Enhanced Commissioning. The project will be designed in accordance with the criteria prescribed in Unified Facilities Criteria UFC 4-51 0-01 (MIL-HDBK-1191 ). DoD Minimum Antiterrorism Standards for Buildings UFC 4-010-01. Americans with Disabilities Act and Architectural Barriers Act Accessibility Guidelines (ADAIABAAG).The project will follow ASHRAE 90.1-2007 with a goal of achieving 30% savings over that standard to the extent that it is life cycle cost effective, using a 40-year building life cycle. The Construction Cost Limitation is $6,943,000, and the project completion period is estimated at 540 calendar days. 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 Section 00 22 10 of 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 in accordance with FAR Part 15 and the Section 00 22 20 of the solicitation. Joint Venture Agreements - Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to the cost proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project you must advise your assigned Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF COST PROPOSAL/BID. On or about 8 April 2011, 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-11-R-0030. You must be registered with the FBO website to download the solicitation documents. NO CD's 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 offeror's 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/W912DW-11-R-0030/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02409538-W 20110327/110325234547-e15b191ae210ffa530ccd0072cf9306b (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.