Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

Y -- Unmanned Aerial System (UAS)Extended Range/Multi Purpose Facility, at Fort Huachuca, Arizona

Notice Date
4/8/2010
 
Notice Type
Presolicitation
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-R-0026
 
Response Due
5/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Sandy Oquita, (213)452-3249
 
E-Mail Address
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W912PL-10-R-0026 This project will construct Unmanned Aerial System (UAS) Facilities to include an Aircraft Maintenance Training Hangar, space for Flight Operations functions, an Aircraft Fuel Truck Loading Facility, and Aircraft Apron to support the Extended Range Multi-Purpose (ER/MP) Unmanned Aerial System (UAS) training. This project will include the installation of intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, lightning protection, storm drainage, parking, information systems, and site improvements. Access for persons with disabilities will be provided in public areas. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. This project will comply with all applicable standards and codes, including the DOD Anti-Terrorism/Force Protection requirements per UFC 4-010-01. It is required that this project be LEED Silver Certifiable under the USGBC LEED-NC Rating System, with optional bid items to obtain LEED Silver or Gold Certification. Comprehensive interior design services are required. Air conditioning, estimated at 25 Tons, will be provided for the administrative portions of this facility. THIS IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), LOWEST PRICE TECHNICALLY ACCEPTABLE. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00110, 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 will be one pricing schedule for this project with a Performance Period of 540 days after receipt of Notice to Proceed (NTP). This procurement is subject to Clause 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. If the awarded offeror is a large business, they will be required to submit a subcontracting plan for the purpose of providing subcontracting opportunities to the maximum practicable extent with the small and disadvantaged firms in accordance with the provisions of Public Law 95-507. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontracted dollars. The goals are as follows: 70.0% with Small Business, 6.2% with Small Disadvantaged Business, 7.0% with Women-Owned Small Business, 9.8% with HubZone Small Business, 3.0% with Veteran-Owned Small Business, and 2.0% with Service-Disabled Veteran-Owned Small Business. The North American Industry Classification System (NAICS) code is 236210 Construction of Structures and Facilities, $33.5 M average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is between $10M to $25 M. The Government intends to issue this solicitation and all amendments though 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. Please note that there are special instructions pertaining to hand delivered proposals. These 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. An important notice to all potential offerors: The U.S. Army Corps of Engineers, Los Angeles, CA has implemented a new procedure for posting solicitations. DOWNLOADING SOLICITATION: This is to notify all potential offerors that the solicitation and all amendments for this acquisition will be posted on Federal Business Opportunities (Fed Biz Opps). The solicitation will be made available for download approximately 26 April 2010. Viewing/downloading documents from Fed Biz Opps will require prior registration in Central Contractor Registration (www.ccr.gov). CENTRAL CONTRACTOR REGISTRATION: All firms who want to access the solicitation, both prospective prime contractors and subcontractors, will be required to be registered in Central Contractor Registration (CCR), have a Marketing Partner Identification Number (MPIN) and either a DUNS number or CAGE code. The Central Contractor Registration can be accessed at http://www.ccr.gov/. For further information, please click on the help links, then the CCR Handbook or FAQs link. For additional assistance in CCR please call the CCR Assistance Center at (888) 227-2423. FEDERAL BUSINESS OPPORTUNITIES: If you are a first-time Fed Biz Opps user, you will be required to register in Fed Biz Opps prior to accessing the solicitation documents. To register, click on Federal Business Opportunities (www.fbo.gov), 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, and e-mail address. Once registered with Fed Biz Opps, 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 Fed Biz Opps. Please note that ALL firms who want to access the solicitation, both prospective prime contractors and subcontractors, will be required to be registered with Fed Biz Opps and therefore must be CCR-Registered, have a MPIN, and either a DUNS number or CAGE code. For further information, please click on the User Guide links on Fed Biz Opps homepage to download the Vendor User Guide. For additional assistance with the Fed Biz Opps 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 FED BIZ OPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-R-0026/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02116062-W 20100410/100408234652-5b1bd9e9e42e130d02aefcb59df29d9a (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.