Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
MODIFICATION

Y -- FTW374C Duplex Company Operations Facility (COF), Ft. Wainwright, Alaska

Notice Date
8/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-14-R-0007
 
Response Due
10/2/2013
 
Archive Date
10/20/2013
 
Point of Contact
Kathy Wooldridge, 907-753-2838
 
E-Mail Address
USACE District, Alaska
(kathy.wooldridge@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
***UPDATE ON 21 AUGUST 2013: THIS RFP IS PLANNED TO BE ISSUED ON OR ABOUT 28 AUGUST 2013*** CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, competitive 8(a) Small Business Set-Aside Request for Proposal (RFP) to design and construct a Duplex Company Operations Facility (COF) for the Aviation Task Force Phase 4 at Ft. Wainwright, Alaska. It has been determined that competition will be limited to eligible 8(a) firms located within the geographical area serviced by the Region X SBA Regional Offices; all other 8(a) participants are deemed ineligible to submit offers. SBA Requirement Number: 1084-13-302022 The procurement will be conducted using two-phase source selection procedures and the award will be based on the best overall value to the Government considering the non-price factors described in the RFP, and price. The Government will evaluate Phase 1 proposals in accordance with the evaluation rating systems outlined in the Phase 1 Design-Build selection procedures of the RFP. Those offerors short-listed in Phase 1 will be invited to submit a Phase 2 proposal. The Phase 2 evaluation will be conducted in accordance with evaluation criteria specified in the RFP for Phase 2, FAR Part 15, and will utilize the Tradeoff Process described in FAR 15.101-1. Any resulting contract will be firm fixed price. The anticipated Notice to Proceed date is Spring 2014 with a period of performance of 540 calendar days. 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 the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture (reference the RFP, Section 00 21 00, paragraph 1.12 for further information about joint ventures). 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 SAM database will make an offeror ineligible for award. PROJECT INFORMATION: Design and construct a Duplex Company Operations Facility (COF) for the Aviation Task Force Phase 4 at Fort Wainwright, Alaska. The facility will house administrative operations and store and move supplies for two 150-person companies, and is comprised of an Admin Module, Readiness Module, and Enclosed Hardstand. Facility is similar to office/warehouse type facilities. Supporting facilities include Intrusion Detection Systems (IDS), Mass Notification Systems, Energy Monitoring and Control Systems (EMCS), fire protection and alarm systems, utilities, electric service, exterior lighting, site grading, storm drainage, Special Foundations, and building information systems. Facility must meet LEED Silver. The Davis Bacon Act will apply. Range of the anticipated magnitude of construction is between $15M to $20M. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: For Phase 1: Specialized Experience, Past Performance (Confidence Assessment), Organization and Technical Approach. For Phase 2: Design Technical (Subfactors: Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design; and Proposed Contract Duration and Summary Schedule), Phase 1 Proposal Roll-Up Rating, and Price The overall evaluating rating of the non-price factors is considered significantly more important than price. OBTAINING THE SOLICITATION: 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 8(a) sources within the restricted competition region (SBA Region X) 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-14-R-0007/listing.html)
 
Place of Performance
Address: USACE District, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
 
Record
SN03157140-W 20130823/130821235722-f7a526fa7259506b5fa76a43e900c426 (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.