Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
MODIFICATION

Y -- JPATS Training Operational Paraloft Facility for T-6 at Naval Air Station (NAS) Whiting Field, Milton, FL

Notice Date
8/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N6945010R0768
 
Point of Contact
Sarah Nickerson 9045426813
 
E-Mail Address
sarah.nickerson@navy.mil
(sarah.nickerson@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the Pub.L.111-5, the Government posts this presolicitation notice of intent to issue: Design-Bid-Build Construction for the JPATS Training Operational Paraloft Facility for T-6 at Naval Air Station (NAS) Whiting Field, FL. Project Scope: This project includes construction of a single-story reinforced concrete block structure with brick facing, concrete floor slab and foundation, and standing seam metal roofing. The new facility provides support space for the new T-6B airframe and associated flight gear. Construction will include state-of-the-art paraloft featuring 700 cubbies for instructor and student Aviation Life Support Systems (ALSS), test benches and repair/inspection tables. The facility includes electrical and mechanical utilities, plumbing, fire protection and alarm systems connected to the main base, sound attenuation, heating, ventilation and air conditioning, local area network, fiber optic, telephone, inter-communication systems, energy management system, and operation and maintenance support information. The project includes paving, installation restoration, and site improvements. The project will conform to anti-terrorism/force protection standards and follow LEED and Federal Energy Acts compliance criteria for design, development, and construction of the project. For this procurement, it has been determined that competition will be limited to 8(a) certified firms with an approved "Bona Fide Office" serviced by SBA District offices for Northern Florida, Georgia, Alabama and Mississippi. This is a best value single phase, multiple board competitive procurement requiring technical proposals. The Request for Proposal (RFP) will be available on or about 13 August 2010 at https://www.neco.navy.mil/. Contract award will be made to the offeror proposing the best value to the Government, see RFP for proposal submission requirements. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. For site visit information refer to FAR clause 52.236-27 and Technical Section 00100 for time and date. The point of contact for this site visit, with instructions can be found in the solicitation. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil under solicitation number: N69450-10-R-0768. In accordance with FAR Section 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. It is the offeror's responsibility to check the NECO website periodically for any amendments to the solicitation, as this will be the only method of distribution of amendments. The official Plan Holder List will also be maintained on and can be printed from the website. The Government will not pay for information requested nor will it compensate any respondent for any proposal. The successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the DOD CCR database may render the successful offeror ineligible for award. All contractual and technical inquires shall be submitted via electronic mail to Sarah Nickerson at sarah.nickerson@navy.mil or (904) 542-6813. The solicitation will be available on or about Friday, August 13, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/918b98b315b253688c718eaf2e3e280c)
 
Record
SN02238250-W 20100814/100812235128-918b98b315b253688c718eaf2e3e280c (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.