Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
MODIFICATION

Y -- Design and construction of Aircraft Maintenance Hangers at various installations withing the Southwestern Region, with a large portion of the work at Ft. Bliss, TX

Notice Date
7/24/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S06R6014
 
Response Due
8/18/2006
 
Point of Contact
Deannda Knight, (501) 324-5720
 
E-Mail Address
USACE Little Rock District
(deannda.s.knight@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is being amended to correct the FedTeds link. The original link printed with a space. The correct link is as follows: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9127S-06-R-6014 This will be an unrestricted (open to both large and small businesses) solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ), Single A ward Contract for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Construction Services, to include (but not limited to) planning, design, and the construction of new facilities located within the boundaries of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be at Fort Bliss, TX. FOR INFORMATION ONLY: This contract is required by Army initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program, although the projects may be required f rom any Military Program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Military Constru ction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters buildings, vehicle maintenance shops, unit and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacific Divisions will be assigned one or two facility types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (product line). When there is a requirement for their facility type, each District product line team will scope, negotiate, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews, submittals, and modifications. The design/build contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification, and clarification identified in ongoing task orders. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: The contract includes the design and construction of Aircraft Maintenance Hangars at various installations within the Southwestern Region. This contract will include all management, supervision, labor, materials, and equipment necessary to provide complete and functional Aircraft Maintenance Hangers primarily for rotary-wing aircraft. Areas shall be provided for maintenance, parts and tool storage, administration, aviation (flying) operations, and all support equipment and facilities. Each facility shall be similar to commercial aircraft hangers. Task orders under this contract may include only design and construction of primary facilities (i.e. vertical construction) or they may also include site work, including parking, service drives, s ite grading and drainage, sidewalks, and outdoor aircraft washrack pads. Where only vertical construction is required, utility design will be required up to the connection point of site utilities (i.e. water meter, sanitary sewer cleanout(s), gas meter, e tc.). The contractor must coordinate with the Land Development Engineer or local utility providers that are responsible for all other utility design and installation. Typi cal work for an Aircraft Maintenance Hangar task order may include, but is not limited to 1) planning, design, estimating, and construction 2) site verification and design 3) site engineering to include subsurface investigations, laboratory analysis, and f inal geotechnical report 4) foundation design 5) coordination with utility providers and Land Development Engineer, and other product line contractors 6) acquiring all local, state and federal permits 7) architecture and interior design to include building exterior and interior, signage, and comprehensive furniture package 8) design of telecommunications systems and service 9) lightning protection systems 10) heating, ventilation, and air conditioning to include building automation systems, testing, adjusti ng and balancing, and commissioning 11) energy conservation 12) fire protection 13) sustainable design solutions to meet a minimum LEED Silver/SPiRiT Gold to support the MILCON program 14) site electrical systems 15) meetings and design review conferences 16) design configuration management 17) quality control systems 18) safety plans 19) environmental protection through the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations , land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biologi cal resources, integrated pest management, post construction clean-up 20) scheduling and phasing 21) preparation of design drawings on AutoCadd and Microstation 22) and development of as-built drawings. CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. The first phase consists of a process known in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. (This solicit ation refers to it as Phase 1). In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build constru ction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will short-list no more than five of the Phase 1 Offerors to compete f or the design-build contract in Phase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals, including the performance period duration per task order, a preliminary schedule and a price proposal. The Governm ent will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose p roposal is determined to represent the overall best value to the Government, considering technical-design quality, performance capability, and cost. The following evaluation criteria listed for Phase I and Phase II are proposed as follows: Phase I Volume I (Performance Capability)  Organizational Structure and Business Management Plan; Team/Corporate Experience; Specialized Experience; Past Performan ce Information; Key Project Personnel Capabilities and Experience; and Financial Capability. Phase II  Volume I (Remaining Performance Capability Proposal): Key Subcontractors; Preliminary Schedule; Subcontracting Plan  Large Business Offerors; Past P erformance on Utilization of Small Business Concerns. Volume II  (Design-Technical Information): Building Functional Arrangement; Building Aesthetics; Minimum Space and Facility Size; Building Systems and Material Quality; Site Design; Sustainable Design Requirements; and Oral Presentation. Volume III (Price and Pro Forma): Price; and Self Performed Work Requirement. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $28.5 Million. The total cont ract capacity is estimated not to exceed $75,781,000 for a period of three years. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) months each, for a total not to exceed contract period of thirty six (36) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until the to tal contract capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. The minimum guarantee will be $150,000.00. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum gua rantee will be obligated with the issuance of task orders. The minimum task order limitation will be $150,000.00. The maximum task order limitation for the contracts will be $40,000,000.00. The Government reserves the right to exceed the stated maximum task order limitation. This contract may be used for other agency requirements where the contracting officer has made a determination that the new requirement is within scope. Estimated solicitation issue date is on or about July 19, 2006 under solicitation number W9127S-06-R-6014. Phase 1 Proposals are anticipated to be due on or about August 18, 2006. (30 days from issuance of the solicitation). If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and specifications will not be provided in a hard pape r copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicita tion. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-relat ed information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink . Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/st art.nsf/frm.vendorlogin?openform&SolicitationNumber=W9127S-06-R-6014 All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must be registered w ith the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. You are advised that FedTeDS currently does not have a Plan Holders List capability. Therefore, o fferors are encouraged visit https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm to link to the planholders list and obtain general information. You will not be able to download plans from this site; however it will provide a line to the file o n FedTeds (you must be registered with FedTeds to download files). The contract specialist for this solicitation will be Deannda Knight, 501-324-5720; or by e-mail at deannda.s.knight@usace.army.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA03/W9127S06R6014/listing.html)
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01220513-F 20070128/070126224057 (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.