|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1999 PSA#2488Federal Bureau of Prisons, Construction Contracting Section, 320 First
Street, NW, Washington, DC 20534 Y -- DESIGN-BUILD CONSTRUCTION OF A FEDERAL CORRECTIONAL INSTITUTION
AND FEDERAL PRISON CAMP TO BE LOCATED NEAR HERLONG, CALIFORNIA SOL RFP
X00-0394 POC Rich Formella, Contracting Officer, Construction
Contracting Section, at (202) 307-0954 The Federal Bureau of Prisons
(BOP) anticipates award of a Firm-Fixed Price Design/Build contract for
the design and construction of a Federal Correctional Institution (FCI)
and a minimum security Federal Prison Camp FPC) to be located near
Herlong, California. The scope of work includes all architectural,
engineering, construction, and other related services necessary to
provide the new federal correctional facility. The proposed medium
security FCI and FPC is currently planned to consist of a group of
buildings in a a "campus plan" arrangement with related site
development and site utilities. The medium security facility will have
a gross building area of approximately 45,000 square meters and be
designed to house approximately 1,200 inmates. The minimum security FPC
will have a gross building area of approximately 6200 square meters and
be designed to house approximately 125 inmates. The Design-Build
contract of the FCI/FPC will provide for issuance of task orders for
performance and subject to funding availability. The estimated
magnitude of this project is expected to exceed $10,000,000. The
estimated performance period is 915 calendar days after the Notice to
Proceed is issued. 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, in successfully and satisfactorily
completing a project of similar size and scope. All responsible sources
may submit a proposal which will be considered. For the design member
of the design-build team, the Architect/Engineer (A/E) firm or the
principal or lead A/E firm of a joint venture 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 project shall be accomplished or reviewed
and approved by architects and engineers registered in the State of
California to practice in the particular professional field involved.
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 businesses is encouraged. The successful offeror will be
required to submit a subcontracting plan for this procurement regarding
the utilization of small, small-disadvantaged, and small woman-owned
businesses. The BOP will be utilizing two-phase Design-Build selection
procedures. This notice is not a request for proposals. Interested
offerors may request and obtain a Phase One solicitation of the
two-phase process. Phase One solicitations will be issued on or about
December 22, 1999. 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 proposal participants will submit past performance
information, and technical proposals as defined in the Phase One
solicitation. Phase One qualification proposals will be evaluated to
determine which firms will be selected as offerors for Phase Two. The
evaluation criteria for the Phase One proposals will consist of a
combination of past performance, and technical proposals. The
evaluation criteria for the Phase Two proposals will consist of a
combination of past performance, technical and pricing proposals. Phase
Two proposals participants will submit past performance information,
competitive technical and price proposals as defined in the Phase Two
solicitation. Requests for Phase One solicitations should be MAILED to
Rich Formella, Contracting Officer, at the address and phone numbers
noted below. Point of contact for inquiries and clarifications is Rich
Formella, Contracting Officer, Federal Bureau of Prisons, Construction
Contracting Section, 320 First Street, NW, 500-6, Washington, DC 20534.
(Send Express Mail 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 12/01/99 (W-SN404629).
(0335) Loren Data Corp. http://www.ld.com (SYN# 0101 19991203\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|