SOLICITATION NOTICE
Y -- FY13 MCA, PN 64456, BCT Complex - Phase 3A, UEPH (Unaccompanied Enlisted Personnel Housing) at JBLM, WA
- Notice Date
- 12/16/2014
- 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-15-R-0007
- Response Due
- 1/30/2015
- Archive Date
- 3/1/2015
- Point of Contact
- John Scola, 206-762-2122
- E-Mail Address
-
USACE District, Seattle
(john.p.scola@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Seattle District (NWS) intends to issue a Two-Phase Design--Build Solicitation for the design and construction of the FY 13 MCA, PN 64456, BCT Complex - Phase 3A, UEPH located at Joint Base Lewis-McChord (JBLM), Washington. This acquisition is a 100% Small Business Set-Aside and will be issued as a Two-Phase Design--Build Request for Proposal which will result in the award of a single Firm Fixed Price (FFP) construction contract. Phase 1 of the Solicitation will be available on or about 31 December 2014 on the Federal Business Opportunities (FBO) website at www.fbo.gov. The Phase One Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The FY13 Barracks (PN 64456) will include the construction of standard design Unaccompanied Enlisted Personnel Housing (UEPH). Primary facilities include UEPH for 324 Soldiers with building information systems, antiterrorism measures, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainability/Energy measures will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Utilities will include connections for water (domestic and fire protection), sanitary sewer, gas, and power and communication lines. Heating will be provided using gas as the primary heat source. Mechanical ventilation for 200,000 CFM will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 50 years and energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelop and integrated building systems performance. The project will incorporate sustainable design features, and the project will have a goal of achieving a LEED Silver certification and will be registered under v3.0. The design and construction costs of this project will be subject to the contract cost limitation (CCL) of $33,629,000 and a completion period not to exceed 540 calendar days after NTP. The NAICS code for this project is 236220 with a small business size standard of $36.5M. 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 quote mark Two-Phase Design-Build Selection Procedures. quote mark There will be a Phase One (submission of experience, past performance, qualifications, organization and technical approach) 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 solicitation. The submittals will be evaluated and the Contracting Officer will select up to five (5) 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 utilizing the best value process as defined in Federal Acquisition Regulation (FAR) Part 15 and will include non-price and price evaluation factors. A firm-fixed price contract will be negotiated as a result of the solicitation. As previously stated, this project is set-aside for Small Businesses. And the solicitation documents for Phase 1 of this project will be available via the Federal Business Opportunities (FBO) website at www.fbo.gov under solicitation number W912DW-15-R-0007, ON OR ABOUT 31 December 2014. Your firm must be registered with the FBO website to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through the FBO website. Offerors are responsible for checking the FBO website frequently 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 document(s) 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 quote mark Watchlist. quote mark If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors quote mark button in the listing for this solicitation. 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. Type quote mark USACE District Seattle quote mark [including quotes] in the Keywords/SOL #: box for Seattle District listings only. POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is John Scola at email: John.P.Scola@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0007/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03597737-W 20141218/141216234932-94b6924b4f7e194e012ccb348460a712 (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 |