|
COMMERCE BUSINESS DAILY ISSUE OF MAY 31,2000 PSA#2611U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 Y -- SOF BATTALION OPERATIONS COMPLEX -- FORT BRAGG, NORTH CAROLINA
SOL DACA21-00-R-0025 POC Mr. Glynn Richards (Technical Questions)
912-652-5659; Ms. Lynne Roahrig (Contractual Questions) 912-652-5293
WEB: Corps of Engineers, Savannah District, Contracting,
http://ebs.sas.usace.army.mil. E-MAIL: Lynne Roahrig,
lynne.roahrig@sas02.usace.army.mil. Description of Work: Construct
three separate two-story facilities and their supporting parking lots,
landscaping, and utilities. The battalion HQ facility (75,399 SF)
consists of masonry veneer with metal stud backup and a steel roof deck
supported by open web steel joists spanning between steel beams
supported by steel columns. The company HQ facilities (13,229 and
19,715 SF) consists of masonry veneer with CMU backup, a steel roof
deck supported by open web steel joists and bearing on steel beams and
masonry bearing walls. Roofing on all buildings will consist of
composite shingles on vented nailable composite insulation. The HVAC
system consists of multiple AHU's and fan coil units served by multiple
air-cooled chillers and gas-fired boilers. Direct digital controls will
be provided for all HVAC equipment. Electrical systems include new pad
mounted transformers, fluorescent lighting, fire alarm and detection
system and lightning protection system. Network Analysis System will be
required. Estimatedcost range of project is from $10,000,000 to
$25,000,000. THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS
PURSUANT TO THE "BUSINESS OPPORTUNITY DEVELOPMENT REFORM ACT OF 1988"
(PUBLIC LAW 100-656). Offerors are required to submit both cost and
technical proposal information as stated in the solicitation. This will
be a firm fixed price with award fee contract. The section process will
be based on a "low price, technically acceptable" basis. The following
evaluation criteria will be used for selection: Factor 1. Construction
team past performance. Offerors shall be rated on contracts performed
in the last five years involving construction of similar facilities.
The sub-factors are: Sub-Factor A. Timeliness of performance. Offerors
shall be rated on the relevancy of their experience and success in
completing projects on schedule. To be relevant, offerors must have at
least two construction projects valued at $8,000,000 or more.
Sub-Factor B. Quality of Performance. Offerors shall be rated on their
successin complying with requirements of past contracts and standards
of workmanship exhibited in past contracts. Factor 2. Effectiveness of
Management: Offerors shall be rated on their understanding and
capability of successfully completing projects involving construction
of similar facilities. The following management sub-factors will be
used to rate the offers: Sub-factor A. Management Structure. Offerors
shall submit a narrative showing their provision of a well defined
management structure from start to construction completion. Show
organizational charts, levels of personnel authority, individuals
specifically involved with the work (including credentials), and
describe structure functionality. Sub-Factor B. Internal Controls.
Offerors shall submit a narrative showing internal controls and
processes for management of personnel, subcontractors, budgets,
schedule, and scope changes. PAPER COPIES OF THIS SOLICITATION WILL NOT
BE AVAILABLE. THIS SOLICITATION WILL BE ISSUED IN ELECTRONIC FORMAT
ONLY AND WILL ALSO BE AVAILABLE ON OR ABOUT 06/09/00 ON THE INTERNET
AT: http://ebs.sas.usace.army.mil. 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 bidder. NOTE: All requests for solicitation packages must be made
in writing no later than June 9, 2000. 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,
BUSINESS SIZE (Large, Small, Small Disadvantaged, Small woman-owned),
BUSINESSTYPE (General contractor, subcontractor, supplier, plans room,
etc.), and e-mail address. 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-SN459068).
(0147) Loren Data Corp. http://www.ld.com (SYN# 0104 20000531\Y-0019.SOL)
Y - Construction of Structures and Facilities Index Page
|
|