Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

Y -- Unaccompanied Enlisted Personnel Housing (UEPH) Facilities at Fort Hood

Notice Date
12/20/2019 2:46:08 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
W9126G19R0106
 
Response Due
12/3/2019 12:00:00 PM
 
Archive Date
02/13/2020
 
Point of Contact
Richard D. Feller, Contract Specialist, Phone: 8178861165, John H Rodgers, Contracting Officer, Phone: 877-866-1048
 
E-Mail Address
richard.feller@usace.army.mil, john.h.rodgers@usace.army.mil
(richard.feller@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Description
The Phase 1 solicitation was issued on 4 November 2019 and will use a Two-Phase Design Build Process in accordance with FAR 36.3 -Two-Phase Design-Build Selection Procedures. CONTRACT INFORMATION: This announcement is an unrestricted acquisition to design and construct a new Unaccompanied Enlisted Personnel Housing (UEPH) Facilities at Fort Hood, Texas. The North American Industrial Classification System code is 236220, which has a size standard of $36.5 million. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in February 2020. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. No state level certifications will be accepted. PROJECT INFORMATION: Construction range is between $25,000,000 and $100,000,000. The project will design and construct a new Unaccompanied Enlisted Personnel Housing (UEPH) Facilities. This project type is to house single soldiers and is intended to be similar both functionally and technically to similar housing in the private sector community surrounding the installation. Maximum Number of single personnel to be housed is 250 with a maximum gross area of 93,750 square feet. Also included are all site improvements necessary to support the new building facilities. Site is approximately 12.30 acres. Primary facility includes Intrusion Detection System (IDS), building information systems, fire alarm and fire suppression systems, and connection to Energy Management Control System (EMCS). Special foundations are required due to expansive soils. Antiterrorism/Force Protection (AT/FP) measures will be provided. Access for persons with disabilities is required. Comprehensive interior and furnishings related design services are required. This project will fully embrace Fort Hood's Installation Design Guide technical, aesthetical, and design requirements. Project's architectural features will include indigenous Texas limestone on facades, exterior masonry walls, leak proof roofs with 25 year warranty, Galvalume color, clear anodized aluminum framing on windows and storefront doors, and tinted glazing. Contaminated soil remediation is required. Access for individuals with disabilities will be provided. This solicitation will be evaluated under the Two-Phase Design Build Process in accordance with FAR 36.3-Two-Phase Design-Build Selection Procedures. In Phase 1, interested firms or joint venture entities (referred to as ""Offerors"") will submit a proposal 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 no more than three (3) 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. After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses: Federal Business Opportunities (FBO) Website (www.fbo.gov ). Type in the search box the solicitation number W9126G19R0106. The use of the websites requires prior registration. Plans and specifications will NOT be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOps website and or any other official government website for amendments to the solicitation. You must be registered with the SAM, to receive a Government contract award. Phase1 proposals are due on around 3 December 2019. 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 Primary Point of Contract for this project is Richard D. Feller, Contract Specialist, email is richard.feller@usace.army.mil. All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOps address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f8d970edead48d8b5605375449c9479/view)
 
Record
SN05522536-F 20191222/191220230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.