SOLICITATION NOTICE
Y -- Brigade and Battalion Headquarters building with classrooms
- Notice Date
- 12/7/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-11-R-0022
- Archive Date
- 2/29/2012
- Point of Contact
- Monica H. Bardsley, Phone: 907-753-5767, Donna West, Phone: 907-753-2761
- E-Mail Address
-
monica.h.bardsley@usace.army.mil, donna.l.west@usace.army.mil
(monica.h.bardsley@usace.army.mil, donna.l.west@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- On or about 22 December 2011 the Alaska District Corps of Engineers will request a proposal for a 8 (a) small business set-aside to construct approximately 58,200 square foot combined Brigade and Battalion Headquarters building with classrooms as part of the Maneuver Enhancement Brigade Complex (MEB), Phase II. Project also includes information systems, fire protection and alarm systems, intrusion detection system (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained units. Measure in accordance with the Department of Defense Minimum Antiterrorism Building standards will be provided. The Davis Bacon Act will apply. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors. Any resulting contract will be firm fixed price. NAICS Code: 236220 with a size standard of $33.5 million. It has been determined that competition will be limited to eligible 8(a) firms located within the geographical area serviced by the Region 10 SBA District Offices, and other eligible 8(a) construction firms with a bona fide place of business located within the geographical competitive area. All other 8(a) BD participants are deemed ineligible to submit offers. The anticipated Notice to Proceed date is March 26, 2012 with 650 calendar day period of performance. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in CCR and ORCA "( http://orca.bpn.gov ). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. "Lack of registration in the CCR database will make an offeror ineligible for award." (Reference DFAR 252.204-7004, Required Central Contractor Registration). PROJECT INFORMATION: construct approximately 58,200 square foot combined Brigade and Battalion Headquarters building with classrooms as part of the Maneuver Enhancement Brigade Complex (MEB), Phase II. Project also includes information systems, fire protection and alarm systems, intrusion detection system (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained units. Measure in accordance with the Department of Defense Minimum Antiterrorism Building standards will be provided. Range of the anticipated magnitude of construction is between $10M to $25M. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors (in descending order of importance): Specialized Experience, Past Performance (Confidence Assessment), Proposed Contract Duration and Summary Schedule, Key Subcontractors, and Price (SF 1442, Proposal Data Sheet, and Contract Line Item Schedule). The overall evaluating rating of the non-price factors is considered more important than price. OBTAINING THE SOLICIATION: The solicitation, including plans and specifications, will be available electronically from FedBizOpps website ( www.fbo.gov ). On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible sources may submit an offeror in the form and format of the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0022/listing.html)
- Place of Performance
- Address: USACE District, Alaska, CEPOA-CT, P.O. Box 6898, Joint Base Elmendorf-Richardson, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02634757-W 20111209/111207234104-6e02003019e2e88048a159b93dab50b0 (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 |