Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

Y -- The solicitation is for FY11 Add/Alter Hangar Bay LO/CR Facility, Langley Air Force Base, Virginia.

Notice Date
9/15/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-10-R-0040
 
Response Due
11/2/2010
 
Archive Date
1/1/2011
 
Point of Contact
Jennifer Heuer, 757-201-7118
 
E-Mail Address
USACE District, Norfolk
(jennifer.r.heuer@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The solicitation is for FY11 Add/Alter Hangar Bay LO/CR Facility, Langley Air Force Base, Virginia. This project will provide for the design and construction of an addition of a paint spray hangar bay to the existing low observable/composite repair (LO/CR) hangar at Langley AFB, VA. This work includes, but is not limited to a new paint spray booth; temperature, air movement, and humidity control with tight tolerances; new shop space; extension of existing airfield apron; minor alteration of the existing building space; and all sitework, vehicle parking, utility connections and communication connections. The contractor shall provide all labor, supervision, construction engineering and management, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. The evaluations factors for this procurement is as follows, listed in descending order of importance. PHASE I: (1) Specialized Experience; (2) Past Performance; (3) Organization and Technical Approach; and (4) Evidence of Ability to Obtain Bonding. PHASE II: (1) Building Functional and Aesthetics (2) Quality of Building Systems and Materials; (3) Site Design; (4) Sustainability Requirements; (5) Past Performance on Utilization of Small Business Concerns and (6) Price (SF1442 and Contract line Item Schedule). Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The receipt date for Phase I Proposals for is November 2, 2010. THIS IS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE PROCUREMENT. The contract duration is 540 days. NAICS CODE 236220 applies to this procurement. Criteria and submission requirements will be available on/about September 30, 2010 via http://www.fedbizopps.gov/ (search on W91236% for solicitations issued by the Norfolk District). No hard copies will be available. Prospective contractors must be registered in the Federal Technical Data Solutions (FedTeDS, https://www.fedteds.gov) database prior to download of plans and specifications. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors Please note: Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Additional information regarding this policy is located on our website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0040/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN02284089-W 20100917/100916001034-b9febcec4ce9ce555afbce7ccd91e552 (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.