Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2003 FBO #0539
SOLICITATION NOTICE

Y -- TWO PHASE DESIGN BUILD, JOINT STRIKE FIGHTER FACILITIES, EDWARDS AFB, CA

Notice Date
5/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles - Military, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
DACA09-03-R-0007
 
Response Due
6/30/2003
 
Archive Date
8/29/2003
 
Point of Contact
Cynthia Myrtetus, 213-452-3247
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles - Military
(cynthia.h.myrtetus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Y-Two Phase Design-Build Contract for the Renovation of the Joint Strike Fighter Facilities at Edwards Air Force Base, California. A brief description of the work is as follows: A. Building 1820: Renovation of an existing hangar and administration building of approximately 135,000 square feet. The building contains two hangars of 41,000 and 33,000 square feet that will be remodeled and modernized for the testing of the new JSF F-35 fighter planes. Hangar work also includes providing high expansion foam fire suppression systems, seismic upgrade of the hangars to meet essential facilities classification, and replacement of lighting and heating. Also included is the renovation of the east, central and west portions of the building of approximately 63,000 square feet to accommodate 53,000 square feet of administrative spaces and 10,000 square feet of warehouse/shop spaces. The interiors of the existing administrative and warehouse/shop spaces will be demolished and will be replaced by new, reconfigured spaces. Sp aces include conference rooms, Special Access Required (SAR) rated spaces, unclassified areas, private offices service areas, instrumentation shop, and fabrication/ maintenance shops. Existing toilet rooms will be upgraded. Certain areas will have raised a ccess floors. All area will have new interiors, including carpeting, lighting, power and data. New furniture, pre-wired workstations and accessories will be provided. Exterior renovations include roof replacement, new windows, partial new siding, new roof- mounted air conditioning units and repair of the hangar concrete tarmac. B. Building 1807: Provide modernization of an existing administrative facility of approximately 12,000 square feet. The interior of the building will be demolished and replaced with n ew, reconfigured special Access Required (SAR) spaces. Interior work includes new gypsum board partitions, new access controlled doors; new carpeting, lighting, power, data; new furniture, pre-wired workstations and accessories. Exterior work includes clos ing-up of existing windows in masonry walls, painting of exterior surfaces and installation of ground-mounted air conditioning units. C. AME Building: Provide a new pre-engineered metal building of approximately 10,000 square feet for administration and ma intenance of armaments. Building will house five maintenance work bays (three work bays will have 3-ton overhead cranes) and administrative and service facilities. Interiors include gypsum-board walls, carpeting, lighting, power, data. Furniture, pre-wired workstations and accessories will be provided. Exterior includes over-head roll-up doors and ground-mounted air conditioning units for the administrative area. D. Warehouse Building: Provide a new pre-engineered metal warehouse building of approximately 2 1,600 square feet for general storage and administrative functions. Building includes general offices, storage, rest rooms, secure storage, and wire mesh storage cribs. Interiors of administrative portion include gypsum board walls, carpeting, lighting, po wer, data. Furniture, pre-wired workstations and accessories will be provided. Exterior shall have two loading docks with three dock levelers, ground mounted air conditioning units for the administration area, and skylights over the general storage. E. MCR Building 1440: Renovate and reconfigure portions of two floors of the Ridley Mission Control building to upgrade computer rooms. Approximately 7,850 square feet of interior space will be upgraded to include floor-to-underfloor full height partitions, reno vated raised access floors, relocation of air conditioning units, new lighting, power and data. Exterior work includes the new paving of a sodded area. F. Site Work: Provide for parking lot repaving, and new paving, relocation of existing gates and new fen cing. Work includes lighting, stripping and drainage of parking lots, replacement of certain utilities, and new utilities required to service the new building s. G. There may be an option item identified in Phase II that is unfunded at this time but expected to be approximately $10,000,000. The work will involve: For building 1810, upgrade the utilities, ventilation, lighting, and security systems, Data Distribu tion laboratory, 270 VDC power converters, avionics cooling and PAO hydraulic system, high expansion foam fire suppression systems, repair existing exterior panels, roof, and hangar door. Construct a two- story administration building with a concrete found ation and slab, metal frame structure, masonry walls, and sloping metal roof. Upgrade HVAC and security system in building 1808. The JSF program requires adequately configured facilities capable of supporting the Operational Test (OT) of the JSF aircraft. To support system development demonstration (SDD) efforts, the facilities must have modern infrastructure capable of supporting 500 personnel and aircraft. The facilities must meet JSF program security requirements. To avoid disruption of the program, the MILCON must be completed approximately 6 months prior to the arrival of the first operation test aircraft LRIP in Apr 07 to allow installation and calibration of aircraft support equipment. No other facilities are available to support this effort. Hangar s pace is required for 5 OT aircraft, with the remaining 21 aircraft parked outside. Each aircraft will require space for test operations and equipment. H. Buildings are expected to contain Lead-Based Paint and Asbestos. There is a ground water/soil treatmen t site within the project area. The project is located on and adjacent to the airfield??????access is controlled and airfield safety requirements will be in effect. This project will be a two-phase design-build project. Phase I is the pre-selection phase r esulting in the selection of three Offerors (this phase does not include the submission of a price proposal). Only these three Offerors will be allowed to continue to the Phase II process. Evaluation factors under Phase I may consist of the following: Past Performance on projects of similar nature (similar or greater scope and complexity and technical sophistication) will be a major consideration in the selection of the three firms; Specialized Experience; Capability to Perform; Technical Approach, Key Pers onnel, including AE and Construction members;. The evaluation factors to be considered under Phase II may consist of the following: Design Concepts (Architectural; HVAC System; Structural); Schedule; Environmental Compliance; Sustainable Design; Quality of Proposal Submittal; and a Price Proposal. Factors listed for both Phases may not be all inclusive. It is the Government??????s intent to award based on initial offer without discussion. The Offeror chosen will complete the design and construct the facilit y. The acquisition method is negotiated procurement. A technical and price proposal will be required. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. The Source Selection Evaluation Proces w ill be Tradeoff. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. The Government intends to issue this solicitation through the use of the Internet. Amendment s to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Facsimile or Paper) will be provided unless the Government determines that it is necessary. It is therefore the contractor??????s responsibility to ch eck the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance are the following Internet address; http://ebs.spl.usace.ar my.mil. All bidders are required to check the Los Angeles District Contracting Division website daily to be notified on any changes to this solicitation. All co ntractors are encouraged to visit the Army??????s Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities across the Army. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: www.ccr.gov. Any prospective bidder interested in bidding on this solicitation must be registered to be placed on the Plan Holder??????s List. If you are not registere d, the United States Government is not responsible for providing you with notification of any changes to this solicitation. Bidders shall register themselves on the Internet. Each bidder, after registering for this solicitation should verify that his or he r name appears on the Plan Holders List for the project. This is an Unrestricted Procurement, therefore, all responsible sources may submit an offer. The North American Industrial Classification System (NAICS) Code is 23332, Commercial and Institutional bu ilding Construction, $28.5 M average gross revenue for the last (3) fiscal years. Large Businesses will be required to submit a Subcontracting Plan, which will set forth small, disadvantaged and women-owned business concerns subcontracting goals that are a cceptable to the Government. The Los Angeles District subcontracting goals are specific percentages of the contractor??????s total planned subcontract amount. The goals are as follows: 62% with small business; 10% with small disadvantaged business; 5% with women-owned small business; 3% with Veteran-owned small business; and 1.5% with hub-zone small business. In addition, all interested contactors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable e xtent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. Please note that there are special instructions pertaining to hand delivered offers. These special instructions can be viewed on the Los Angeles District Contr acting Division website and they will also be available in Section 00100 of the advertised solicitation. The tentative issue date for this solicitation is on/about 28 May 2003. Date for receipt of proposals in on/about 30 June 2003.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles - Military P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00328850-W 20030522/030520214631 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.