SOLICITATION NOTICE
Y -- Replace Pierce Terrace Elementary School
- Notice Date
- 7/31/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-15-R-0012
- Point of Contact
- Andrew K. Page, Phone: 912-652-5900
- E-Mail Address
-
andrew.k.page@usace.army.mil
(andrew.k.page@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN-15-R-0012 for the design and construction of Replace Pierce Terrace Elementary School, located at Fort Jackson, SC. The single story structure will be comprised of approximately 97,000 square feet. The project will utilize clear span or similar construction methods to allow easier reconfiguration to meet future educational needs. Near term flexibility and adaptability will be accommodated through the use of fully integrated acoustical rated operable wall partitions which contribute to the engineered acoustical performance of the building. The project will include 21st Century School concepts such as learning neighborhoods, central hubs surrounded by learning studios, flex labs, information center, gymnasium, food service area, computer lab, supply areas, specialist rooms, art room, music room, a performance theatre, commons area for dining and social networking, learning impaired rooms, teacher work rooms, counseling areas, storage, administrative offices and other required areas for a fully functioning facility. The project also includes related infrastructure such as parking areas, mechanical rooms, delivery areas, covered walkways, playgrounds and site improvements. The facility will require enhanced commissioning upon completion to validate energy performance and must obtain LEED Silver certification. The subsequent Contract will result in a C-Type design build contract with a base bid award and options. The Period of Performance is 730 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. This is a two-phase Design-Build procurement process. Potential offerors are invited to submit their performance and capability information as will be described in Section 002100 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Relevant Specialized Experience, Past Performance, Design Experience, Technical Approach Narrative, and Small Business Participation Plan. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. An announcement identifying the selected offerors and the expected date of issue of Phase II will be placed on the Federal Business Opportunities (FedBizOps) website at https://www.fbo.gov. The selected offerors for Phase II will be invited to submit additional information as will be described in Section 002100 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Design Technical (Building Function and Aesthetics, Quality of Building Systems, Building Elevations, Site Design, and Sustainable Design Requirements), Key Subcontractors, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 17 August 2015 and approximate closing date for Phase I is on or about 17 September 2015. The approximate issue date for the Phase II solicitation is on or about 26 October 2015 and the approximate closing date for Phase II is on or about 13 December 2015. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Andrew K. Page at andrew.k.page@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-15-R-0012/listing.html)
- Place of Performance
- Address: Fort Jackson, South Carolina, United States
- Record
- SN03819893-W 20150802/150731235640-3c4c15dbf75318c074a15298432f4f4e (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 |