Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

Y -- Design/Build Construction of new Squadron Operations Facility, T-1 Pilot Training Program, Laughlin Air Force Base, Del Rio, Texas

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-0039
 
Response Due
6/24/2005
 
Archive Date
8/23/2005
 
Small Business Set-Aside
N/A
 
Description
Primary Point of Contact for this project is Lisa Billman, Contract Specialist. Design/Build Construction of a new Squadron Operations Facility, T-1 Pilot Training Program, Laughlin Air Force Base, Del Rio, Texas. The design and construction of the new facility will also include all site utility relocations, site utility extensions an d connection to the new facility, demolition of existing buildings on the site, fencing, ACM abatement in the buildings to be demolished, reconstruction of Building 302 to a new location adjacent to the existing Fire Station immediately north of the site, new sidewalks connecting the facility to parking and adjacent buildings, covered walkway between the new facility and Building 308 and landscaping. It will also include appropriate standoff spaces and other anti-terrorism/force protection measures. The pro ject shall also contain sustainable design elements required to obtain LEAD certification. All functions currently operating in Building 301, which will be demolished for this project, will be relocated by Laughlin AFB and will not be a design requirement for this project. Building 301 will be vacated prior to construction of this facility. The facility will consist of approximately 23,000 total gross square feet total with a two-story configuration with administrative spaces on the first floor and training spaces on the second floor. Functional areas will include areas for Squadron Command and Administration, Flight Operations, Flight training and Support / Commons. The facility shall consist of structural steel framing, masonry walls, gypsum walls, electri cal, mechanical, HVAC system, communication, fire alarm, mass notification, grading, concrete foundations with drill pier systems, plumbing, and standing seam metal roof system. The project design shall be in accordance with the received instructions, spec ifications, U.S. Codes and government standards. The new T-1 Squadron facility will be located east of Second Street and south of Mitchell direction west of the flight line. The site is located adjacent to the air control tower (Building 309) and the exist ing flight operations building (Building 308). NAICS Code is 236220. Small Business Size Standard is $28.5 Million. Estimated Construction Cost Range is $5,000,000 & $10,000,000. UNRESTRICTED Solicitation Number W9126G-05-R-0039 for this project is anticip ated to be issued on or about 09 May 2005, with proposals due on or about 24 June 2005 (unless otherwise stated in the solicitation). This contract will be based on best value to the Government, which may or may not result in accepting the lowest priced of fer. There will be no public bid opening. It is anticipated that when combined, the evaluation factors will be approximately equal to cost or price. HUBZone price evaluation preference will be applied to all qualified HUBZone small business concerns, provi ded that the HUBZone concern has not waived their evaluation preference and their price proposal is not more than 10% above the lowest large business concerns price. This solicitation will be issued via Internet only. Notification of amendments shall be ma de via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download the solicitation and all amendments from the Internet addre ss after solicitation issuance at the following address: http://ebs.swf.usace.army.mil. All other offerors are encouraged to visit the Army Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. Pro posals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY05 Subcontracting Targets (expressed as a percentage of the contractors total planned subcont ract amount) are as follows: Small Business 50.9%; Small Disadvantaged Bu siness 8.8%; Women-Owned Small Business 7.2%; HUBZone Small Business 2.9%, and Service-Disabled Veteran-Owned Small Business 0.5%. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is: http://ccr.dlsc.dla.mil/ccr/. The Contract Specialist for this solicitation will be Lisa C. Billman, 817-886-1084; or by e-mail at lisa.c.billman@swf02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00793593-W 20050423/050421212111 (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  © 1994-2020, Loren Data Corp.