|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1999 PSA#2396Federal Bureau of Prisons, Construction Contracting Section, 320 First
Street, NW, Washington, DC 20534 Y -- DESIGN-BUILD CONSTRUCTION OF UNITED STATES PENITENTIARY (USP),
VICTORVILLE, CA. SOL RFP X00-0374 POC Jake Anderson, Jr., Contracting
Officer, (202) 307-0954 The Federal Bureau of Prisons (FBOP)
anticipates award of a Firm-Fixed Price Design-Build contract for (1)
the DESIGN AND CONSTRUCTION of a high security United States
Penitentiary(USP); (2) and for the DESIGN and SITE PREPARATION ONLY of
a medium security Federal Correctional Institution (FCI) to be located
in Victorville, California. (3) Additionally, the CONSTRUCTION of the
FCI will be a contract option subject to factors which will include
funding availability in fiscal year 2001, and may be exercised in
accordance with the terms and conditions of the Phase Two solicitation.
The scope of work for the design and construction of the USP includes
all architectural, engineering, construction, and other related
services necessary to provide the new Federal Correctional Facilities.
All Facilities will be constructed on FBOP property adjacent to the
existing Federal Correctional Institution at Victorville. The proposed
USP is currently planned to consist of a group of buildings in a
"compound plan" arrangement with related site development and site
utilities. The USP facility will have a gross building area of
approximately 52,000 square meters and be designed to house
approximately 960 inmates. The proposed medium security FCI is
currently planned to consist of a group of buildings in a "campus plan"
arrangement with related site development and site utilities. The FCI
will have a gross building area of approximately 45,000 square meters
and be designed to house approximately 1,200 inmates. In accordance
with Federal Acquisition Regulation 36.204, the estimated magnitude of
this project is expected to exceed $10,000,000. For consideration on
this project, the offeror at a minimum must be a firm or joint venture
with experience, individually or as a member of a team, successfully
and satisfactorily completing a project of similar size and scope. All
responsible sources may submit a proposal which will be considered.
The Architect-Engineer firm, or the principal or lead firm of a joint
venture, of the Design-Build entity must have an existing active
office, which will have responsibility for the plans and
specifications, located within the State of California. The design of
the architectural, structural, mechanical, electrical, civil or other
engineering features of the work shall be accomplished or reviewed and
approved by the Architects or Engineers registered to practice in
their particular professional field within the State of California.
Participation by Architects, Engineers, Consultants, and subcontractors
located within the State of California is encouraged. Participation by
small, small-disadvantaged, HUBZone Small Businesses, and small
woman-owned business is encouraged. The successful offeror will be
required to submit a subcontracting plan for this procurement regarding
the utilization of small, small-disadvantaged, HUBZone Small
Businesses, and small woman-owned businesses. The FBOP will be
utilizing two-phase Design-Build selection procedures. This notice is
not a request for proposals. Interestedofferors may request and obtain
a Phase One solicitation of the two-phase process. Phase One
solicitations will be issued on or about August 23, 1999. For
consideration on this project, offerors must respond to the Phase One
solicitation by submitting their qualification proposal approximately
thirty days after the solicitation issuance. The Phase One proposal due
date will be identified in the Phase One solicitation. The Phase One
solicitation will provide the scope of work, evaluation factors, and
submission information for interested Design-Build firms to prepare
their Phase One qualification proposals. Phase One qualification
proposals will be evaluated to determine which firms will be selected
as offerors for Phase Two. A maximum of five of the most qualified
Phase One participants may be selected to participate in the Phase Two
solicitation. Phase Two participants will submit competitive technical
and price proposals as defined in the Phase Two solicitation. Requests
for Phase One solicitations should be faxed and then MAILED to Jake
Anderson, Contracting Officer, at the address and phone numbers noted
below. Point of contact for inquiries and clarifications is Jake
Anderson, Contracting Officer, Federal Bureau of Prisons, Construction
Contracting Section, 320 First Street, NW, 500-6, Washington, DC
20534. (Send Federal Express to 500 First Street, NW, remainder of
address above). The point of contact can be reached at (202) 307-0954
and faxed at (202) 616-6055. No collect calls will be accepted. No
telephone calls for solicitations will be accepted. Posted 07/23/99
(W-SN358129). (0204) Loren Data Corp. http://www.ld.com (SYN# 0137 19990727\Y-0033.SOL)
Y - Construction of Structures and Facilities Index Page
|
|