Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

Y -- Design Build of P-3716 C-17 Two Bay Hangar at Travis AFB

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Desert IPT, Attn: Code 5D02 1220 Pacific Highway, San Diego, CA, 92132-5190, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N2473-07-R-8002
 
Response Due
4/30/2007
 
Description
THIS DESIGN BUILD SOLICITATION NOTICE IS BEING ADVERTISED ON AN UNRESTRICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS Code for this Request for Proposal is 236220 Commercial and Institutional Building Construction. The Size Standard is $31,000,000. The work consists of Design Build of P-3716 C-17 Two Bay Hangar. The C-17 Two Bay Hangar is a state of the art full-in maintenance hangar with two large open floor spaces consisting of 200 foot by 200 foot by 60 foot high minimum clearances to support Travis? new C-17 mission. P-3716 is the first new C-17 Two-Bay Hangar at Travis Air Force Base, Fairfield, CA. The work under this procurement consists of the contractor furnishing all labor, material, equipment, transportation, supervision, and incidental related work to provide design and construction services for the 101,700 square foot (sf) two-bay, full-in maintenance hangar for C-17 aircraft. Electrical systems include lighting, power, fire alarms, and information systems (telephone, local area network (LAN), Mechanical systems include plumbing, fire suppression, energy efficient heating ventilating and air conditioning, and energy saving electronic monitoring and control system (EMCS). Supporting facilities work includes site and building utility connections (water, fire, sanitary sewer, gas, electrical, telephone, and LAN), Anti-Terrorism/Force Protection, and upgrades to existing fire pump house. Site improvements include upgrades to existing site amenities and parking lots, sidewalks, roadway access, earthwork, grading, and landscaping. Also included are Technical Operating Manuals, demolition of existing buildings and facility sustainability/LEED. Design and construction of the facility is expected to be completed within 2 years from date of award. The anticipated award and start of performance is early fourth quarter of FY07. The work will not be phased. The Government will award a Firm Fixed Price Contract resulting from this solicitation to the responsible, responsive proposer whose proposal conforms to the solicitation and is considered to be the BEST VALUE to the Government, price and technical factors considered. Proposers will be evaluated on FACTOR 1 - Past Performance of Offeror and Offeror?s Team; FACTOR 2 - Technical Experience and Qualifications of Offeror and Offeror?s Team, Subfactor 2.1: Technical Qualifications and Experience of the Firms, Subfactor 2.2: Technical Qualifications and Experience of Key Personnel, Subfactor 2.3: Design-Build Team?s Organization and Processes; FACTOR 3 Safety; and FACTOR 4 Support for Small Business, consisting of Sub-factors ; 4.1 Subcontracting Past Performance, 4.2 Commitment to Small Business Goals, and 4.3 Corporate Support, FACTOR 5 - Price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to use trade-off processes when it may be in the best interest of the Government; to consider award to other than the lowest price proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous BEST VALUE to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR THEIR EFFORTS. SOLICITATION - The Government intends to issue the solicitation on our website at http://esol.navfac.navy.mil. Issuance of the solicitation is scheduled no earlier than 15 calendar days after advertisement of this solicitation, with an intended Fiscal Year 07, 4th Quarter contract award. A pre-proposal conference will be scheduled approximately 2 weeks after issuance of the solicitation. Prospective Offerors, Subcontractors, and Suppliers should immediately register on the web site in order to receive updates such as Amendments. The official plan holders list will be maintained and can be printed from the web. Amendments will be posted on the web site. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. In order to participate in this procurement, all offerors must also be registered in the Contractors Central Registration (CCR). The web site for CCR is http://www.ccr.gov. Inquiries in regards to the closing dates for proposals or the number of amendments issues, contact Mr. Ken Redmond at 619-532-3870, Kenneth.redmond@navy.mil. Technical inquiries must be submitted in writing by email at least 15 days prior to the closing of the proposals and submitted to Mr. Redmond. The estimated value of this project is between $40,000,000 and $46,000,000. The estimated total time for completion will be approximately 2 years.
 
Place of Performance
Address: Travis Air Force Base, Fairfield, California
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01246881-W 20070310/070308221239 (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.