Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 31,2000 PSA#2611

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

Y -- GENERAL PURPOSE WAREHOUSE -- FORT STEWART, GEORGIA SOL DACA21-00-R-0029 POC Anne de la Sierra (912) 652-5645, James B. Kastner (912) 652-6111 (Technical Questions); Dee Otis Henderson (912) 652-5289 (Contractual Questions) WEB: Corps of Engineers, Savannah District, Contracting, http://ebs.sas.usace.army.mil. E-MAIL: Dee Otis Henderson, dee.o.henderson@sas02.usace.army.mil. Description of Work: Design and construct a General Purpose Warehouse (GPW). The General Purpose Warehouse will contain warehouse space (120,000 SF), Central Issue Facility (40,488 SF), Administrative Facilities (14,053 SF), Arms Storage Area (3,696 SF) and Open Storage (24,200 SF) at Fort Stewart, Georgia. The General Purpose Warehouse consists of concrete slab on grade, structural steel frame and reinforced masonry walls, split-face concrete block/metal panel exterior walls and standing seam metal roof. The warehouse will have HVAC, fire suppression, fire detection and alarm, lighting, lightning protection, grounding, cathodic protection, automated material handling system and warehouse management system. Site work includes site preparation, removal of existing utilities, curbs, gutters, and concrete pads, grading, drainage, exterior utilities and paving, parking, and demolition/disposal of twenty-four (24) existing buildings, slabs, underground and above ground utilities, removal of UST, asbestos and lead-based paint. This project will be procured using the Two-Phase Design/Build selection procedures at FAR 36.3. The warehouse shall be designed by registered architects and engineers. In Phase One, offerors will receive a Request for Proposal letter including project description, submittal requirements, and evaluation factors for both phases. Request for qualifications (Phase One) will be issued on or about June 5, 2000. In Phase One, request for qualifications, the following factors will be evaluated: (1) Past Performance, (2) Technical Approach Narrative, and (3) Technical and Design-Build Specialized Experience. The request for qualifications will identify submittal requirements and evaluation methodology. In Phase One, Past Performance and Technical Approach are considered comparatively equal in value. Past Performance and Technical Approach are more important than Design-Build Specialized Experience. The Government anticipates that Phase Two RFP documents will be issued on or about July 14, 2000. Phase Two will consist of a base and four options. No more than five offerors shall be invited to participate in Phase Two. In Phase Two, the factors and sub-factors are listed in descending order of importance. Within the factor (1) Design Narrative/Technical Solutions to Meet RFP Requirements; subfactor (A) Building/Site Development/Demolition and (B) Automated Material Handling System/Warehouse Management System are comparatively equal in value. Within the factor (2) Management Plan, the subfactors are: (A) Organization Chart of Structure and Key Personnel Resumes, (B) Quality Control Plan (Design and Construction), (C) Preliminary Schedule, (D) Design Coordination and Review Process, (E) Safety Plan, (F) Subcontracting Plan. All evaluation factors, other than cost or price when combined, are more important than cost or price. Award will be made to the offeror whose proposal is determined to provide the "best value" within the available funds constraint, following any discussion and final proposal revision, if applicable. The SIC code for this project is 1542. Estimated cost range of project is over $10 million. THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS PURSUANT TO THE "BUSINESS OPPORTUNITY DEVELOPMENT REFORM ACT OF 1988" (Public Law 100-656). Network Analysis System will be required. . PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. THIS SOLICITATION WILL BE ISSUED IN ELECTRONIC FORMAT ONLY AND WILL ALSO BE AVAILABLE ON ABOUT May 31, 2000 ON THE INTERNET AT: http://www.sas.usace.army.mil/ebs/. Amendments to this solicitation will be posted on the internet at the above address unless the total amended compressed files are greater than 5 MBYTES, in which case a new CD ROM disk will be issued. For amendments that are only posted on the internet, SF 30, Amendment of Solicitation/Modification of Contract, and a list of revised specifications and drawings will be mailed to each offeror. NOTE: All requests for solicitation packages must be made in writing no later than 06/01/00. Requests may be faxed to 912-652-5828. Documents will be issued on a first come first served basis until supply is exhausted. It has been determined that the number of sets be limited to one (1) per firm. Additional copies will be the responsibility of the requestor. Solicitation requests must include street address with nine-digit zip code, telephone and fax numbers. Plans and specifications are available Monday through Friday, 8:00 A.M. to 5:00 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31402-0889. Posted 05/26/00 (W-SN459075). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0100 20000531\Y-0015.SOL)


Y - Construction of Structures and Facilities Index Page