Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

Y -- PRE-SOLICITATION NOTICE: AGE/Engine Storage Facility, Little Rock Air Force Base, Arkansas

Notice Date
10/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S08R6000
 
Response Due
12/14/2007
 
Archive Date
2/12/2008
 
Point of Contact
Dudley Smith, 501-324-5720
 
E-Mail Address
Email your questions to USACE Little Rock District
(dudley.a.smith@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a PRE-SOLICITION NOTICE for the anticipated construction of a new C-130 AGE/Engine Storage facility for the Little Rock Air Force Base. The USACE Little Rock District intends to initiate a negotiated, best value, Request for Proposal (RFP). This solicitation will be a RFP, Best Value, Competitive HubZone, and Single Award Contract. The project includes paving, exterior building lighting, sanitary sewer, gas distribution system, water distribution system, electrical distribution system, env ironmental, site grading, site utilities, site drainage, voice and data communications (including LAN system), fire alarm and notification systems, fire protection sprinkler system, energy monitoring and control system (EMCS), plumbing system, HVAC systems (including dehumidification system if needed based on the design and applicable criteria), Fire Protection system, control systems, anti-terrorism /force protection, turfing, utility relocations, site improvements, structural building system, building en velope, exterior and interior finish systems, specified building equipment furnishings, and building specialties. 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 $31million. The magnitude of th e projects is between $1 million and $5 million. BASIS OF AWARD  Subject to the terms and conditions contained in the solicitation, award will be made to a single Offeror. To be considered acceptable, each offeror shall specifically address each of the evaluation factors. Sufficient detail should be p rovided to allow for an adequate review of the proposal. The proposal must show clearly that the offeror has an understanding of the working tasks required and has the capability and responsibility to accomplish the project in a timely fashion. No propos al will be accepted that does not contain clear and concise evidence of the Offerors ability to provide work in accordance with this solicitation. (a) The government will evaluate each proposal strictly in Accordance with its content and will not assume t hat performance will include areas not specified in the Offerors proposal. The Government is not responsible for information overlooked during evaluation, which is not located in the appropriate proposals section. To ensure that evaluation credit is app ropriately received for proposal material submitted, do not incorporate by reference documents not contained in the proposal. References to other sections of the proposal shall be by specific paragraph number (and name, if applicable), page number and sec tion. (b) Award will be made to the Offeror whose offer will be most advantageous to the Government, considering the evaluation factors stated below. Offerors are cautioned that in the event proposals are found to be substantially equal, price shall gove rn in selection of award. (c) All offerors are advised that the Government intends to evaluate proposals and award this contract without discussions with offerors -other than a request for clarifications for the sole purpose of eliminating minor irregular ities, informalities, or apparent clerical mistakes in the proposal. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary at which time discussions will be conducted with all offe rors determined to be in the competitive range. Therefore, each initial offer should contain the offerors best terms from a cost or price and technical standpoint. Do not assume you will be contacted or afforded an opportunity to clarify, discuss, or re vise your proposal. (d) Any resultant contract will be based on the Request for Proposal documents including amendments, and contractor's cost/price and management/technical proposals. After award, the Contracting Officer must approve any pr oposed changes to the contractors technical proposal. 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 paper 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 solicitation. 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-related 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 follow ing Internet address: Not available until the solicitation is released. 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 reg istered with 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, offerors are encouraged to register as an Interested Vendor on the www.FedBizOps.gov website. You will not be able to download plans from this site; however it will provide a line to the file on FedTeds (you must be registered with FedTeds to d ownload files). The contract specialist for this solicitation will be Dudley.A.Smith, 501-324-5720; or by e-mail at Dudley.A.Smith@us.army.mil.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01438701-W 20071024/071022223630 (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.