Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
MODIFICATION

Y -- Y-SATELLITE CONTROL FACILITY VANDENBERG, CALIFORNIA

Notice Date
6/19/2007
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-07-R-0019
 
Response Due
7/23/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
N/A
 
Description
Y-SATELLITE CONTROL FACILITY, VANDENBERG AFB, CALIFORNIA ________________________________________ ________________________________________ General Information Document Type: Pre solicitation Notice Solicitation Number: W912PL-07-R-0019 Posted Date: Original Response Date: July 20, 2007 Current Response Date: July 23, 2007 Original Archive Date: Current Archive Date: Classification Code: Y-Construct Satellite Control Facility Set Aside: No, Unrestricted, Full & Open Competition NAICS Code: 237130 Contracting Office Address: US Army Engineer District, Los Angeles, P. 0. Box 532711, Los Angeles, CA 90053-2325 Description: SOLICITATION NO.: W912PL-07-R-0019 TYPE OF CONTRACT: Construction CONTRACT SPECIATIST: Lucia A. Carvajal PHONE: 213.452.3240 AVAIL FOR DOWNLOAD: June 22, 2007 DUE DATE/TIME: July 23, 2007, 2:00 PM Local Time FSC: Y127 PROJECT TITLE: Construct Satellite Control Facility LOCATION: Vandenberg AFB, California Estimated Cost Range is $25,000,000.00 - $100,000,000.00. This Procurement will be conducted under FSC CODE: Y127, SIC CODE: 1629, NAICS Code: 237130. The size standard for this code is $31,000,000. All questions should be directed to the Contrac t Specialist, Lucia A. Carvajal, at (213) 452.3240, FAX: No.: (213) 452.4187, e-mail lucia.a.carvajal@usace.army.mil Information about the time and location of the pre-proposal conference and/or site visit will be found in Section 00100 of the specific ations. TYPE OF AWARD: Firm-Fixed Price DESCRIPTION: This is an UNRESTRICTED procurement; all responsible sources may submit an offer. When applicable, Contract Clause No. FAR 52.219-4, entitled, Price Evaluation Preference for HUBZone Small Business Concerns will be applied to this procureme nt. This project is for the construction of a 38,000 SF facility for AFSPC satellite control operations with DCCS and AGSI missions also occupying space in the facility. The project includes the foundations for 3 antennas, back-up power generator, UPS and pri ority 2 security systems (double fencing, sensors and cameras reporting to SF central monitoring system.) The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The basis for award is Best Value Tradeoff. This process permits tradeoffs among costs or price and non-cost factors and allows the Gove rnment to award to a superior offeror which is not the lowest priced offer but which is significantly more technically advantageous than the lowest offeror so as to justify payment of a higher price. It is the Governments intent to award based on initial offers without discussions. Relative weighting of technical and price is as follows: All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Evaluation factors may consists of the following: (1) Past Performance on projects similar in nature; (2) Specialized experience in constructing DoD facilities that serve as part of the world-wide satellite communications network, employing high reliability power and HVAC systems, foundations and utility interconnectivity with satellite communications antennas, and control & monitoring for restricted access to the complex ; (3) Key Personnel, including construction members; (4) Project Management Plan that emphasizes communications with and responsiveness to multiple users that will share the facility; ability to respond to user-installed equipment technology upgrades throughout the construction period, and aggressiveness in meeting or exceeding the construction period timelines, and (5) Small Business Uti lization Opportunities. The aforementioned evaluation factors may not be all inclusive. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the offeror is a large business, the firm wi ll be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-9. Failure to submit an acceptable sub-contracting plan may make the bidder ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 19.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 51.2% with small business, 8.8% with small disadvantaged business, 7.3% with woman owned small business, 1.5% with servi ce disabled veteran owned small business and 3.1% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged fi rms in accordance with the provisions of Public Law 95-507. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation will be available on or about June 22, 2007. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this acquisition will be posted on a secure Government w ebsite known as FedTeDS. Access to the solicitation documents on the FedTeDS website will be via a hyperlink. The hyperlink will be inserted into the notices for this acquisition posted on both the Army Single Face to Industry (ASFI) website (https ://acquisition.army.mil/asfi/) and the FedBizOpps (FBO) website (www.fbo.gov) once the solicitation is issued. The hyper-link will not appear as a website address, but as text as follows: Available online via the FedTeDS (Federal Technical Data Solut ion) website. Viewing/downloading documents from FedTeDS will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you will also be required to register in FedTeDS (www.fedteds.gov) be fore accessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendor/Contractor Registration Process option. The following information will be required: Central Contractor Registrati on (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered with FedTeDS, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTeDS is not searchable by any other means. Please note that ALL firms who want to access the solicitation both prospective primes and su bs will be required to be registered with FedTeDS and therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. For further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and Fe dTeDS Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at 866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDS Assistance). IT IS T HE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Point of Contact: Lucia A. Carvajal, 213.452.3240 Email your questions to US Army Engineer District, Los Angeles District, at lucia.a.carvajal@usace.army.mil Email questions to US Army Engineer District, Los Angeles, at Cynthia.h.mcmanus@usace.army.mil Place of Per formance Address: US Army Engineer District, Los Angeles, P. O. Box 532711, Los Angeles, CA Postal Code: 90053-2325 Country: US
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN01322553-W 20070621/070619223517 (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.