Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

Y -- Y--Design/Construct Low Observable (LO) Maintenance Hangar in Support of the F-22 Program

Notice Date
4/5/2006
 
Notice Type
Modification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-06-R-0009
 
Response Due
4/13/2006
 
Archive Date
6/12/2006
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This request for proposal is a design/build, full and open competitive procurement. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considerin g price and non-price factors, which are cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. This will be a design build contract with a two-phase selection process that has the below listed options and poss ibly an additional option for infrastructure. NAICS Code: 236210 Anticipated NTP: 15 Jul 06 with a construction completion date of 31 Dec 2007. Proposed Options/Betterments: " Munitions Igloos (5 each) " Increases to Building Area listed below may increase footprint up to 110% of Maximum Area, 3838 square meters total (41,311 square feet). Project Options are prioritized as follows: 1. Munitions Igloos (5 each) 2. Add Room 107  FTD Classroom, 57m2 (613 square feet) 3. Add (1) additional Unheated Mini-Hayman Igloo 4. Increase Wingtip Clearance  3.05m (10 feet) and 4.57 (15 feet) 5. Increase Horizontal Tail Clearance  4.57m (15 feet) 6. Add (1) additional Unheated Mini-Hayman Igloo 7. Add (1) additional Unheated Mini-Hayman Igloo 8. Increase Room 129  Staging/Circulation, 25m2 (269 square feet) 9. Increase Hangar Area to Support Paint Inserts. This project has been identified under the Design-Build Early Start Demonstration Program as authorized by the FY05 Defense Authorization Act and amended by the FY06 National Defense Authorization Act. Offerors are advised that a contract resulting from t his solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY06 subcontracting goals for this contract are a min imum of 51.2% of the contractor's intended subcontract amount be placed with small businesses, 8.8% of that to small disadvantaged businesses, 7.3% to woman-owned small businesses, 1.5% to service disabled veteran-owned small business and 3.1% to HUB zone small businesses. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in CCR and ORCA (http://orca.bpn.gov). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors begin this process when they prepare their proposal in order to ensure this registration is in place sh ould they be selected for the award. Lack of registration in the CCR database will make an offeror ineligible for award. (Reference DFAR 252.204-7004, Required Central Contractor Registration). PROJECT INFORMATION: Design/construct a new F-22A LO Maintenance Hangar with a concrete foundation meeting Alaska seismic and frost heaving requirements, structural steel frame with metal skin, consisting of two medium-bay hangars, an attached corrosion c ontrol shop/paint storage/mixing facility, a low observable training area, and a tow way/access apron for aircraft. Includes secure work areas, fire suppression/detection, intrusion detection system, environmental controls, pavements, parking, Priority Le vel 3 security requirements, and all necessary supporting facilities for a complete and usable facility. Antiterrorism / force protection measures will be incorporated into the design including maximum feasible standoff distances from roads, parking areas , vehicle unloading areas. Place of Performance: Elmendorf AFB, Alaska. Estimated Construction Range: $20M - $30M. SELECTION CRITERIA: Phase I of this acquisition will evaluate offerors considering the following technical factors (weighted equally): (Equal) Experience; (Equal) Past Performance; (Equal) Organization and Management; (Equal) Design Approach. Phase II will evaluate offerors based upon price and considering the following technical factors (in descending order of importance): (More) Technical Solution; (Less) Proposed Schedule; (Less) Proposed Equipment and Materials; (Less) Contractor Proposed Betterments; (Least) Commissioning to Integrate Building Systems; (Sat/Unsat) Subcontracting Plan and Small Business Participation. No more than three of the most highly rated offerors in Phase I will be asked to submit proposals for Phase II. The overall evaluation rating in Phase II is considered more important to the overall evaluation rating in Phase I. The overall evaluation rat ing of Phases I and II is considered approximately equal with price. OBTAINING THE SOLICITATION: The solicitation for this project will be available on the Federal Business Opportunity (FedBizOpps) home page at http://www.fbo.gov/spg/USA/COE/index.html for downloading. Any future amendments to the solicitation will also b e available for download from this web site. The first phase of the solicitation will be available for download approximately 13 April 06 with the second phase available mid to late May 06. POC: Contract Specialist, Mr. Andrew Toller at 907/753-2778 or e mail at andrew.m.toller@poa02.usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-APR-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01022776-W 20060408/060406222218 (fbodaily.com)
 
Source
FedBizOpps 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.