SOLICITATION NOTICE
Y -- PRE-SOLICITATION SYNOPSIS, SMALL BUSINESS SET-ASIDE SOLICITATION FOR CONSTRUCTION OF TWO (2) TACTICAL EQUIPMENT MAINTENANCE FACILITY (TEMF) AT FORT HOOD (KILLEEN), TX AND ASSOCIATED SITE/INFRASTRATURE IMPROVEMENTS
- Notice Date
- 11/17/2011
- 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-12-R-0024
- Response Due
- 12/2/2011
- Archive Date
- 1/31/2012
- Point of Contact
- Robert M. Duran, (817) 338-8640
- E-Mail Address
-
USACE District, Fort Worth
(robert.m.duran2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SCOPE OF WORK: Construct standard design unit operations facilities. Project includes standard design covered hardstand, vehicle maintenance shop, organizational vehicle parking, oil storage, hazardous material storage, fire protection and fire alarm systems, building information systems, Intrusion Detection Systems (IDS) installation, and Energy Monitoring and Control Systems (EMCS) connections. Supporting facilities include electrical, water, sanitary sewer, and gas utilities; paving, walks, curbs, and gutters; storm drainage; information systems; landscaping and site improvements. Special foundations are required due to expansive and rocky soils. Heating will be provided by self-contained systems. Anti-Terrorism/Force Protection (AT/FP) will be provided by mass notification, structural reinforcement, special windows and doors, high curbing, and other site measures to secure perimeter and maintain standoff distances. Access for persons with disabilities will be provided..Sustainable Design and Development (SDD) and Energy Policy Act of 2005. Project: Construct standard design maintenance facilities for a Terminal High Altitude Area Defense (THAAD) Battery at Fort Hood, Texas. This requirement is needed to support the troop increase requested by the Secretary of Defense as part of the 'Grow the Army' (GTA) initiative for the Army. This project supports a THAAD Battery to be stationed at this installation as part of the increase in permanent end strength of the Army. CONTRACT INFORMATION: The solicitation will be evaluated under the One Phase Design-Bid-Build Process. When the solicitation is posted on Fed Biz Opps all interested small business firms or joint venture entities (referred to as Offerors) will be requested to submit both performance capability proposals and technical design proposals. In the performance capability proposals, the Offerors should demonstrate their capability to successfully execute the design bid-build construction contract resulting from this solicitation. In addition, Offerors will be required to submit contract duration (time period to complete this project in calendar days), a preliminary schedule and price proposal. The Government will evaluate all proposals in accordance with the criteria described in the solicitation based on Lowest Price Technically Acceptable (LPTA). Contract will be awarded to the responsible Offeror's proposal that conforms to all the terms and conditions of the solicitation and determined to represent the best overall value to the Government, considering technical-design quality, performance capability and price. Listed below is the contract award evaluation criteria for this project based on the Lowest Price Technical Acceptable (LPTA) proposal: a. Technical Proposal Evaluation. The technical proposal evaluation factors will be rated on a GO and or NO GO basis as specified in the solicitation and all factors to be evaluated without exception. b. Price Proposal Evaluation. The price proposal will be analyzed for reasonableness and balanced pricing among the contract line items (CLINs). Price may also be analyzed to determine whether it is realistic for the work to be performed and reflects a clear understanding of the Government requirements. c. Source Selection Decision. The contract award will go to the lowest priced Offeror who submits a technical proposal that is otherwise technically acceptable (GO) when reviewed against all of the factors outlined in the solicitation. Solicitation Number W9126G-12-R-0024 is anticipated for posting on Federal Business Opportunities (FBO), fbo.gov, on or about December 16, 2011. Closing date to submit technical and price proposals will be on or about 18 January 2012 (33 days from issuance of the solicitation) with the Government having the option to extend the solicitation period, as needed. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1541. The Small Business Size Standard is $33.5 Million. If the Contracting Officer determines that the Offerors proposing under this solicitation are not capable of successfully performing the required work, the Government reserves the right to reject any and all offers. The magnitude for this construction project is Between $10,000,000 and $25,000,000; and the projected construction duration (period of performance) is 540 calendar days. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined to be in the best interest of the Government. Contractors may view and download anticipated solicitation and all amendments at the following internet addresses: www.fbo.gov by searching the solicitation number W9126G-12-R-0024. Plans and Specifications for this construction project will not be made available in paper format or compact disc. It is the Offerors responsibility to monitor the FedBizOps website for amendments to the solicitation. Offerors must be registered with the Central Contractor Registration Database (CCR), to receive a Government contract award. Offerors may CCR register at www.ccr.gov. The primary Point of Contract for this project is Mr. Robert M. Duran, USACE Contract Specialist, Robert.M.Duran@usace.army.mil. The Government reserves the right to utilize only the Internet as official notification of any amendments to the solicitation or this pre-solicitation notice. All potential Offerors are encouraged to visit the Army's Single Face to Industry (ASFI) website located at http://acquisition.army.mil/default.htm to view other official business opportunities. Contracting Office Address: USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300 Place of Performance: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX 76102-0300 US Point of Contact(s): Robert M. Duran, (817) 886-1070 USACE District, Fort Worth
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-R-0024/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
- SN02624925-W 20111119/111117234102-4e3484ec3e9c92e8861511ee0759d28a (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 |