Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

Y -- FY09 Design Build, UAS Operations Facility, Creech AFB, Clark County, Nevada

Notice Date
12/3/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-R-0003
 
Response Due
1/29/2009
 
Archive Date
3/30/2009
 
Point of Contact
Sandy Oliver-Hall, (213)452-3243<br />
 
Small Business Set-Aside
N/A
 
Description
The project consists of Design and Construct 30,000 S.F. admin facility and GCS additions. Construction shall be a simple pre-engineered building (PEB) with no angles, rectangular in form with reinforced concrete foundation and floor slab, structural steel frame, metal exterior, standing seam metal roof, fire detection/protection, special security enhancements, utilities, site improvements, landscaping, roads/parking, fire protection system, communications support, electrical infrastructure upgrade, back-up generator and switchgear and all other necessary support. There are two (2) 3,600 S.F. addition/alterations to the Fixed Ground Control Station Facility. Alteration work includes floor reconfigurations and building infrastructure upgrades to accept new building addition. Force protection includes reinforced exterior walls and laminated windows. This project will comply with DoD anti-terrorism/force protection requirements per United Facility Criteria. The project will be required to be LEEDS (Leadership, Energy and Environmental Design System) certifiable Silver but will not be required to be LEEDs certified. THIS IS AN 100% UNRESTRICTED DESIGN BUILD REQUEST FOR PROPOSAL (RFP) IDIQ, BEST VALUE - LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) WITH HUBZONE PREFERENCE. ALL OFFERORS ARE ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 0110, entitled, Submission Requirements and Instructions. It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. THERE ARE TWO (2) PRICE SCHEDULES, OFFERORS MUST SUBMIT A PROPOSAL ON BOTH SCHEDULES A (540 CALENDAR DAYS) AND SCHEDULE B (720 CALENDAR DAYS). THE GOVERNMENT WILL MAKE ONE (1) AWARD TO THE OFFEROR WITH THE LOWEST PRICED TECHNICALLY ACCEPTABLE PROPOSAL IN ACCORDANCE WITH FAR SECTION 15.101-2, ENTITLED, LOWEST PRICED TECHNICALLY ACCEPTABLE SOURCE SELECTION. NOTWITHSTANDING, BOTH SCHEDULES SINCE THE GOVERNMENT RESERVES THE RIGHT TO SELECT EITHER SCHEDULE A OR SCHEDULE B FOR AWARD, WHICHEVER IS IN THE BEST INTEREST OF THE GOVERNMENT. Please note that there are special instructions pertaining to hand delivered proposals. These special instructions can be viewed on the Los Angeles District Contracting Division website and they will also be available in Section 00100 of the advertised solicitation. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $33,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is $10,000,000.00 to $25,000,000.00. The solicitation will be made available on or about 18 December 2008. All Proposals will be due on/or about 29 January 2009, 2:00 P.M. If the awarded offeror is a large business, they will be required to submit a Sub-Contracting Plan. The Los Angeles District Sub-contracting goals are as follows: 70% with small business, 6.2% with small disadvantaged business, 7.0% with woman owned small business, 0.9% Service disabled veteran owned small business, 3.0 Veteran Owned Small Business, and 9.8% with Hub-Zone small business. This is to notify all potential offerors: Solicitation No. W912PL-09-R-0003 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). The solicitation will be available for download on or about 18 December 2008. THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND All AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD Roms, Floppy Disks, Faxes, or Paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents Viewing/downloading documents from FBO will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. To register, click on FBO (www.fbo.gov) hyperlink, then select the Register Now link. The following information will be required prior to registration: DUNS Number, Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); CAGE Code, e-mail address. Once registered with FBO, 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 FBO. Please note that ALL firms who want to access the solicitation, both prospective primes and subs will be required to be registered with FBO and therefore must be CCR-registered, have e a MPIN, and either a DUNS number or CAGE code. The CCR can be accessed at http://www.ccr.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with CCR please call CCR Assistance Center at 1-888-227-2423. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=18ad9e35c989efb17158df452d560c8a&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01712766-W 20081205/081203220147-18ad9e35c989efb17158df452d560c8a (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.