Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

Y -- Ambulatory Care Center, Phase 4, Joint Base San Antonio (JBSA), Lackland Air Force Base, Texas.

Notice Date
5/19/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-17-R-0079
 
Archive Date
6/18/2017
 
Point of Contact
Christopher A. Ainsworth, Phone: 8178861084
 
E-Mail Address
christopher.a.ainsworth@usace.army.mil
(christopher.a.ainsworth@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Pre-solicitation Notice for a new unrestricted solicitation for the Ambulatory Care Center, Phase 4, Joint Base San Antonio (JBSA), Lackland Air Force Base, Texas. Point of Contact: The Contract Specialist for this anticipated solicitation will be Mr. Christopher A. Ainsworth at 817-886-1084, email: christopher.a.ainsworth@usace.army.mil. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS must be submitted in writing via email to the Contract Specialist as noted above. Anticipated Firm-Fixed-Price contract is based upon the projected requirements for Lackland AFB, Texas. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project to demolish the existing Wilford Hall Medical Center (WHMC) and its associated, ancillary facilities that no longer support the Wilford Hall facility medical mission, and restore the site to an appropriate condition for a new asphalt and concrete parking area to include; utilities, site improvements, access roads, and parking. The proposed project will be a competitive, firm-fixed-price, Design-Build contract. This action will be an unrestricted solicitation utilizing full and open competition. 2. PROJECT INFORMATION: The Government is seeking qualified, experienced and bonding capable sources for the demolition and construction work required under this project. The design and construction costs will be subject to the funds available for this project. COST LIMITATIONS-AVAILABLE FUNDING. The available funding for contract award for design and construction is estimated to be $48,250,000.00. Offerors are notified that they are under no obligation to approach this ceiling. However, the Government may not be able to make an award, if the dollar amount set for this project is exceeded. The Fort Worth District of the U.S. Army Corps of Engineers (Corps) intends to advertise and award a Firm Fixed Price Design-Build Construction Project to complete the Lackland ACC Phase 4 Project. Acquisition of this design-build project will be completed per FAR Part 36.3, "Two-Phase Design-Build Selection Procedures". Solicitation of Phase 4 will be through full and open competition. The project is located on Lackland AFB, San Antonio, Texas. The Phase 4 Project includes all design, supervision, labor, materials, equipment, supplies, transportation and any other resources necessary to complete the Phase 4 Project, which includes the demolition of the old Wilford Hall facility, site reconstruction and development, utilities and infrastructure improvements. Scope includes: (1) Abatement of hazardous materials and environmental liabilities on the old Wilford Hall facility and, other facilities to be demolished; (2) Demolition of old Wilford Hall (1.5 Million Square Feet, 9-stories and 2 basement levels), and accessory structures; (3) Demolition of the Total Energy Plant Compound; (4) Demolition of Fuel Tanks; (5) Demolition of Kennels Compound; (6) Demolition of Regulated Medical Waste Facilities; (7) Demolition of utilities, paving and other site appurtenances; (8) Demolition of communications infrastructure to various buildings that are currently served from the old Wilford Hall facility; (9) Construction of new surface parking; (10) Construction of new landscaped areas and plazas; (11) Construction/Modification of roads servicing the project area; (12) Construction of storm drainage and detention; (13) Construction of communication infrastructure to replace communication infrastructure currently fed from the old Wilford Hall communications system; (14) Construction of Vehicular Access to Camp Bramble; and (15) Construction of Flag Pole Arrangement. The Lackland ACC Phase 4 project will be completed in multiple phases to protect active utilities including extensive communications systems, site safety, and patient and staff access to the new adjacent Wilford Hall Ambulatory Surgical Center. The Estimated duration of the project is 730 calendar days. 3. EVALUATION INFORMATION: This solicitation will be evaluated under the Two-Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as "Offerors") will submit a technical proposal only, demonstrating their past performance and capability to successfully execute this requirement. The Government will evaluate the performance capacity in accordance with the criteria described in the Phase 1 solicitation and intends to select between three (3) to five (5) of the Phase 1 offerors to compete in Phase 2. In Phase 2, the selected offerors will submit a technical proposal and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall "best value" to the Government, considering all technical and non-technical factors including cost or price identified under Phases 1 and 2. 4. SUBMISSION INFORMATION: The estimated solicitation issue date is on or about 06/19/2017 under solicitation number W9126G-17-R-0079. It is your responsibility to continually check FEDBIZOPS for any changes in status! If the Government elects to conduct a pre-proposal conference and site visit for Phase 2, it will be conducted after the Phase 2 selection has been made. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1541. The Small Business Size Standard is $36.5 Million. The anticipated solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and specifications will not be provided in a hard paper copy since electronic copy of the solicitation with specifications and drawings will be posted on Fed Biz Ops (www.fbo.gov). Prospective contractors must be registered in SAM prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-R-0079/listing.html)
 
Place of Performance
Address: Joint Base San Antonio (JBSA), Lackland Air Force Base, Texas, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN04516112-W 20170521/170519235243-d97a733e97e5a6e934ee3d62a7a4d248 (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.