Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

Y -- Air Traffic Control Tower Facility, Dover Air Force Base, Dover, DE

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-06-R-0007
 
Response Due
11/21/2005
 
Archive Date
1/20/2006
 
Small Business Set-Aside
N/A
 
Description
This acquisition is a fixed price best value procurement for an Air Traffic Control Tower Facility at Dover AFB. The project consists of approximately 1,143 square meters to include a new Control Tower (400 sm), and Radar Approach Control Facility ( 743 sm). The Control Tower will include space for air traffic control personnel and equipment, space for crew briefings, operations and simulator/training functions. The Radar Approach Control (RAPCON) facility is required to meet current Air Force Air T raffic Control facility standards and accommodate new digital equipment (the digital equipment is NOT a part of this solicitation and resulting contract). The solicitation may contain options for exterior communication manhole ductwork system, exterior co mmunication cabling, and landscaping. Completion time is 365 calendar days. Air Traffic Control Tower operations must continue without interruption during construction. Source Selection Evaluation Factors listed in descending order of importance, are: (1) TECHNICAL: Prime Contractor Relevant Experience, Prime Contractor Past Performance, Project Key Personnel, Project Management Plan (including Quality Control Plan, Contract Closeout Plan and Small Business Utilization Plan), and (2) PRICE. Proposals w ill be evaluated based upon the evaluation factors with price being approximately equal to the overall technical rating. Detailed evaluation factors and sub factors will be included in the RFP package. The Government reserves the right to reject any or a ll 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 who submitted the proposal determined by the Government to be the most advantageous to the Government. A ward 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 WITHOUT DISCUSSION OR ANY CONTACT CON CERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 and the small business size standard is $28.5 million. Issue date for the Request for Proposals is on or about November 21, 2005 with proposals due by close of business on or about December 22, 2005. Solicitation documents will be available for downloading from the Internet at the following address: https://ebs.nap.usace.army.mil on or after the issue date of the solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. No written or faxed requests will be accepted. Interested contractors should register on the web page. I f any registration 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 notification of the sol icitation and any amendments. It is the contractors responsibility to monitor the web page for any amendments to this solicitation. Estimated cost range of the project is $5,000,000 to $10,000,000. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $25,000.00 is required by legislation to comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Reporting information may be obtained by calling 703-461-2460 or by accessing the internet website at http://vets100.cudenver.edu . Liquidated Damages will be specified. Davis Bacon rates will be applicable and bonding and insurance is a requirement. This procurement is advertised as u nrestricted and is subject to the availability of funds. 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 duri ng 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.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00927152-W 20051106/051104212841 (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.