Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

Y -- HC-130J Parts Store Facility, Davis-Monthan AFB, Arizona

Notice Date
11/17/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-11-R-0009
 
Response Due
1/17/2011
 
Archive Date
3/18/2011
 
Point of Contact
Diane Watkins, (213)452-3251
 
E-Mail Address
USACE District, Los Angeles
(diane.l.watkins@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This project consists of constructing a new HC-130J Parts Store facility with structural metal and split face block exterior, reinforced concrete foundation and floor slab, structural steel frame, and standing seam metal roof. Also construct screen walls, concrete facility aprons and aircraft tow ways, walkways, communications support, pavement demolition and all other necessary supporting facilities for a complete and usable facility. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, lightning protection, storm drainage, parking, information systems, and site improvements. Provide a 5-ton bridge crane integral to the structure and also an estimated 60 ton air conditioning system. 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. Sustainable principles, to include Life Cycle cost-effective practices, will be integrated into the design, development and construction of the project in accordance with Executive Order 13423, 10 USC 2802 (c) and other applicable laws and Executive orders. THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), LOWEST PRICE TECHNICALLY ACCEPTABLE. ONLY SMALL BUSINESSES WILL BE CONSIDERED FOR AWARD. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 0120, 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. Performance Period is for 540 calendar days after receipt of Notice to Proceed (NTP). 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, $33.5M average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is between $5M and $10M. 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. 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 (FedBizOps). The solicitation will be made available for download approximately 14 December 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 FedBizOps. Please note that ALL firms who want to access the solicitation, both prospective prime contractors and subcontractors, will be required to be registered with FedBizOps 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 FedBizOps homepage to download the Vendor User Guide. For additional assistance with the FedBizOps 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 OPS 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-11-R-0009/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02328945-W 20101119/101117234219-fe3d32c850f525cfa8f6695be1521b67 (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.