COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2001 PSA #2944
SOLICITATIONS
Y -- REPLACE FAMILY HOUSING, PHASES 1 AND 2, DOVER AIR FORCE BASE, DELAWARE
- Notice Date
- September 24, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
- ZIP Code
- 19107
- Solicitation Number
- DACA61-02-R-0001
- Response Due
- November 5, 2001
- Point of Contact
- Jennifer McGivern, Contract Specialist, (215) 656-6773
- Description
- This procurement is for the solicitation of a two phased firm fixed-price design-build contract to Replace Family Housing, Phases 1 & 2, Dover Air Force Base, Delaware. The work will include design and construction of up to 120 new housing units each for Phases 1 and 2. Base bid is a minimum of 92 units (48 two story four bedroom units in twelve 4-plexes, 20 two story two bedroom units in five 4-plexes, 20 two story three bedroom units in ten duplexes, 2 one story three bedroom handicap accessible units in a duplex, and 2 one story four bedroom handicap accessible units in a duplex) for Phase 1. Phase 1 will include the following optional items: (1) option for 4 additional four bedroom units (one 4-plex), (2) option for 8 additional four bedroom units (two 4-plexes), (3) option for 2 additional one story three bedroom handicap accessible units in a duplex, (4) option for 2 additional one story four bedroom handicap accessible units in a duplex. Also as an option is Phase 2 design and construction of 108 Family Housing Units (20 two story two bedroom units in five 4-plexes, 36 two story three bedroom units in nine 4-plexes, 44 two story four bedroom units in eleven 4-plexes, 4 one story three bedroom handicap accessible units in two duplexes, and 4 one story four bedroom handicap accessible units in two duplexes) for Phase 2 in FY03. Phase 2 will also include as options the following: (1) 4 additional two story three bedroom units in a 4-plex, (2) 8 additional two story three bedroom units in two 4-plexes, and (3) 4 additional two story four bedroom units in a 4-plex. Phase 1 options, if awarded, will be awarded with the base contract. Phase 2 (option) and options for additional units will be awarded within 365 days after award of the base contract. Each unit will have an attached storage shed with access directly to the yard, an attached single car garage, and separate driveway with space for parking one automobile. Work includes connecting new units to all utilities: gas, water, sanitary sewer, electric, telephone, and cable TV. Work includes demolition of 120 housing units each for Phases 1 and 2, demolition of driveways, parking lots and abandoned utilities; demolition and replacement of selected utility mains. Known hazards are asbestos, lead based paint, and mercury. Phase 1 completion time is 665 calendar days. The Phase 2 duration is 610 days. Proposals will be evaluated in Step One to determine which offerors will submit proposals for Step Two. Up to five firms selected in Step One will be permitted to submit proposals in Step Two. Source Selection Evaluation Factors are: STEP ONE (both are equal in weight): (1) past performance capability and (2) offeror project team and performance plans and familiarity with Government contracts. STEP TWO: (1) technical (listed in descending order of importance): Housing Unit Design, Housing Unit Engineering, Site Design, and Site Engineering and (2) price. Technical and price are approximately equal in weight. NOTE: Although past performance capability and offeror project team and performance plans and familiarity with Government contracts were initially evaluated in Step One, the offerors ratings for these two factors will be considered when making the final Step Two ranking of offerors. Detailed evaluation criteria will be included in the RFP package. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the "greatest value" to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE IN STEP TWO WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 233210 and the small business size standard is $27.5 million. Issue date for Step One Request for Proposals is on or about October 15, 2001 with proposals due by close of business on or about November 05, 2001. Solicitation documents will be furnished on CD-ROM only on or about October 15, 2001; hard copies will not be available. Contractors may view and/or download this solicitation and all amendments from the Internet at the following address: https://ebs.nap.usace.army.mil/AdvertisedSolicitations.asp on or after issue date of the solicitation; however the official media of distribution for this solicitation is the CD-ROM. One copy of the CD-ROM will be furnished to each bidder at no charge. Requests for a CD-ROM must be made by registering on the Internet. No written or fax requests shall be accepted. If any information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving the solicitation and amendments. Bidders are responsible for printing paper copies of the solicitation. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this solicitation. Estimated cost range of the project is $10,000,000 to $25,000,000 for each phase. All contractors must be registered in the Central Contractor Registration database prior to award. Instructions will be included in the RFP package. Liquidated Damages will be specified. Davis Bacon rates will be applicable to the construction portion and bonding is a requirement. This procurement is advertised as unrestricted. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
- Record
- Loren Data Corp. 20010926/YSOL001.HTM (W-267 SN50Y559)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|