Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

Z -- FTG156 - Repair Building 660, Ft. Greely, Alaska - Amendment 4

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
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-14-R-0045
 
Point of Contact
Kathy Wooldridge, , Donna West,
 
E-Mail Address
kathy.wooldridge@usace.army.mil, donna.l.west@usace.army.mil
(kathy.wooldridge@usace.army.mil, donna.l.west@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0004 for W911KB-14-R-0045, FTG156 Repair Building 660, Fort Greely, Alaska **UPDATE ON 20 AUGUST 14** Amendment 0004 issued. **UPDATE ON 11 AUGUST14** Amendment 0003 issued. Site visit scheduled for 20 August 14. See instructions in Amendment 0003. **UPDATE ON 31 JULY 14** Amendment 0002 issued for Phase 2 of the subject acquisition. This amendment is for the offerors selected to participate in Phase 2 and their design-build teams. In accordance with Section 00 22 10, paragraph 1.3, the Phase 2 offerors are: American Mechanical, Inc., Fairbanks, Alaska Bristol General Contractors, Anchorage, Alaska Iyabak Construction, LLC, Anchorage, Alaska Weldin Construction, LLC, Palmer, Alaska CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, Total Small Business set-aside Request for Proposal (RFP) for repair, conversion and remodel of Building 660 on Fort Greely, Alaska. The contract cost limitation for contract award is approximately $20 million. The resulting contract will be firm-fixed priced. The procurement will be conducted using two-phase source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is subject to availability of funds. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised 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. NAICS Code of Acquisition: 236220. The Small Business size standard is $33,500,000. Anticipated NTP: Fall 2014 with a 450 calendar-day period of performance. (1) PROJECT INFORMATION: This project repairs a 1960's era 53,000 SF 4-story building, providing Emergency Services/Police Station, Battalion HQ and Company Operations Facility (COF) functions. The project is needed to repair all failing conditions and protect the critical communications infrastructure operated in the facility. Most components of the building have failed or are failing and are unusable. Utilities have been shut off to a majority of the building. The project will demolish and remove all remaining exterior and interior finishes, fixtures and mechanical and electrical equipment. Hazardous material will be removed from the building during demolition including, but not limited to, lead based paint and asbestos. Maximum period of performance 450 calendar days; the Davis Bacon Act will apply. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: For Phase 1: Factor 1 - Specialized Experience; Factor 2 - Past Performance (Confidence Assessment) Factor 3 - Organization; and Factor 4 - Technical Approach For Phase 2: Factor 1 - Design Technical; Factor 2 - Phase 1 Proposal Roll-up Rating; and Factor 3 - Price and Pro Forma Information The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed-price contract to that responsible Phase 2 Offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering the non-price factors described in the RFP, and price, however the contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project. (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 09 June 2014, at the Federal Business Opportunities website at https://www.fbo.gov/. Enter the solicitation number (W911KB-14-R-0045) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer 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-0045/listing.html)
 
Place of Performance
Address: Fort Greely, Alaska, United States
 
Record
SN03473170-W 20140822/140821000502-9888e7a54a54f5d7c6c7f35b1a4a8e9c (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.