Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

Y -- FY-06 Software Support Facility, FY-07 Software Support Facility LOCATION: Hill Air Force Base, Utah

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-04-R-0029
 
Response Due
7/13/2005
 
Archive Date
9/11/2005
 
Small Business Set-Aside
N/A
 
Description
JOB DESCRIPTION: This is a Two (2) Phase Design-Build RFP. This process requires potential contractors to submit their performance and capability information in Phase 1 for review and consideration by the Government. Following the evaluation of these proposals, the Government will select no more than three of the most highly qualified offerors and request them to submit Phase 2 proposals which will include a technical and price proposal for consideration by the Government. In Phase 2, the Gove rnment will evaluate and rate the technical and price proposals of the offerors. The final evaluation rating used for comparison, selection, and award will reflect both the evaluation ratings received in Phase 1 and in Phase 2. The FY-06 SSF work consi sts of the design and construction of a 72,500 SF 2-story addition to Building No. 1515. Bldg #1515 will remain in operation during the construction work. The demolition of Building No. 1146 is included. Facility includes space for software development and laboratory testing of computer systems. Twelve classified labs with raised floor areas will be provided to support Core and 50/50 legislation for depot level maintenance. The facility requires classified security systems, wiring, and communication lin es. A loading dock and receiving area are also required. Facility entry control point will be moved from existing location to new addition and will require CCTV and alarms to be rewired to the new location. The project site is in a prominent location --- architectural application on the entry will be a focus. The FY-07 SSF work (Option Items) consists of the design and construction of a 72,500 SF 2-story addition to connect to the south wall of the FY-06 SSF building addition. The FY-07 SSF facility incl udes space for software development and laboratory testing of computer systems and requires classified security systems, wiring, and communication lines. Provides software engineering to support the new block 40/50 F-16 fighter Operational Flight Program and weapon system Automatic Test Equipment (ATE) workloads. Facility will support work on F-16, A-10, B-1B, B-52, C-17 and various missile programs. For both projects --- The project includes development of design deliverables for review (2 to 3 deliverab les plus back check processes), sustainable design using LEEDs rating system (Green Building Council), antiterrorism/force protection (will be met by compliance with the RFP requirements), design deliverables for construction, grading, relocation/ protecti on of utilities, service connections and runs, fire-protection/life safety systems, handicapped accessible, EMCS, HVAC, all necessary conduits and cabling (including exterior COMM cabling), plumbing, mechanical systems, interior utilities, interior/exterio r finishes, exterior security lighting, parking (GOVT), landscape and irrigation system, signage, and all necessary features (interior and exterior) to yield a safe, complete, and useable facilities for its intended use. Project site is on the west sid e of the base along the east side of Wardleigh Street --- the site is in a prominent location --- architectural application is important. The Design-Build Contractor will be required to perform a geotechnical investigation yielding a geotechnical report th at shall be used as a basis for design. Likewise, the D-B Contractor will be required to perform a topographical survey; also a basis for design. Following award, the contract will proceed as follows: This project will follow a Fast Track process (des ign and construction allowed to progress as parallel activities). The D-B Contractor will have discretion as to when submittals will be made and the content of the submittals --- within the guidelines of the RFP. All design review comments for the work a nd applicable construction techniques for unusual construction conditions must be appropriately addressed and direction received from Contracting Officer prior to the start of construction activities. Estimated Cost Range is between $25,000,000 and $100,000,000 This Procurement will be conducted under FSC CODE: Y199, SIC CODE: 1542, NAICS Code: 236220. The size standard for this code is $28,500,000. All quest ions should be directed to the Contracting Specialist, Cheryl Gannaway, at (916) 557-6933, FAX: No.: (916) 557-5278, email Cheryl.Y.Gannaway@usace.army.mil. Information about the time and location of the pre-proposal conference will be found in Section 00 100 of the specifications. TYPE OF AWARD: This 2-Phase RFP is Unrestricted. All Phase 1 PROPOSALS will be due on or about 13 JUL 2005, 3:00 pm. This is a 2-Phase design/build project; the offeror chosen will complete the design and construct the facility. The acquisition method i s 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. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED O R REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation for this project will be available on the Sacramento District Contracting Divisions Internet Home Page at http://ebs.spk.usace.army.mil/ for downloading. Any future amendments to the solicitation will also be available for download from this web site. Requests for copies of this solicitation in any other format than what is advertised will be disregarded. It is important that you first go to this web site and under contracting division home page, click on the advertised solicitation you are interested in. Go to plan holders registration. This will require you to establish a user name and password. Keep the user name and password and share it with anyone else in your organization that is responsible for registering your firm on plan holders lists. With this system you only have to do the full registration one time. If you have your user name and passwo rd, you can always go back into the system and register for other jobs without having to go through the entire registration process. However, you can only do this by using your initial user name and password. In order to receive notification of any amend ments to the solicitation you are required to register for the plan holders list. Please complete all requested information. The solicitation will be available for download on or about 10 JUN 2005. To download the solicitation, you need to go to the Sa cramento District Contracting Divisions Internet Home Page at http://ebs.spk.usace.army.mil/. From there click on SACRAMENTO District, then it will take you to list of advertised solicitations and then from there click on the desired solicitation number. And at the bottom of this page, there is a bar that says download/view solicitation files. Select plans or specs from the drop down box and press go button. This will take you to the next page, then from there click on the file name and download. All responsible sources may submit an offer, which will be considered by the agency. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) Database, effective 31 May 1998. For instruction s on registering with the CCR, please see our Web Page. See Note #9
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00816413-W 20050528/050526212248 (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.