Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

Y -- Design-Build F-22 System Support Facility, Hill AFB, Utah

Notice Date
12/8/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-R-0002
 
Response Due
2/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
USACE District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is proceeding as a Total Small Business Set Aside Request for Proposal (RFP). Estimated Cost Range is between $ 10,000,000 and $ 25,000,000 Period of Performance for Design and Construction: Less Than 540 Days This Procurement will be conducted under FSC CODE: Y1AZ, NAICS Code: 236220. The size standard for this code is $33,500,000. All questions should be directed to the Contract Specialist, Marsha Sells, EMAIL Marsha.R.Sells@usace.army.mil or FAX: No.: (916) 557-5278, or U.S. Army Corps of Engineers, Military Construction CECT-SPK, 1325 J Street, Sacramento, CA 95814-2922 JOB DESCRIPTION:. Design-Build (D-B) a New Two-Story F-22 System Support Facility (3,389 Square Meters). Construction will consist of steel reinforced concrete masonry unit exterior walls, steel reinforced concrete footings/foundation/floor slab and an insulated standing seam metal roof. Interior will include an administrative office space (support operations & supervision); break rooms; classified conference/training rooms; classified video teleconference center (VTC) capability; A large secured conference room (150 person capacity); and a classified records and equipment storage. Interior to be provided with fire detection/suppression. Contractor should have experience/familiarity with Air Force security building/construction system requirements; anticipate the requirement for cipher locks, Intrusion Detection System (IDS) and Secured Electronic Communications Network (SIPRNET, TEMPEST protection, etc.) and all other required support for a complete and usable facility. Contractor should be aware that the multi-story facility foundations may penetrate a contaminated ground water plume anticipated under at least part of the project site. Exterior to include, utility connections, parking/pavements, area lighting, site improvements and fencing. Antiterrorism/Force Protection measures will comply with DoD Minimum Antiterrorism Standards for Buildings, UFC 4-010-01. The Contractor shall develop and complete the designs and construct the facilities. The Contractor will be given a "buildable area" boundary, to best locate/layout the proposed facility. The Design-Build Contractor may be required to perform any necessary geotechnical investigation yielding a geotechnical report that shall be used as a basis for design. Likewise, the D-B Contractor may be required to perform a topographical survey; also a basis for design. Following award, the contract will proceed as follows: This project will follow a normal "completed design before construction begins" process (NOT Fast Track). All review comments for the work must be appropriately addressed and applicable construction techniques for unusual construction conditions must be properly defined and accepted and direction received from Contracting Officer prior to the start of construction. The RFP is anticipated to be posted on or about 23 December 2011. Proposals are due on or about 23 February 2012, 1:00 pm (Pacific). A SITE VISIT/PRE-PROPOSAL CONFERENCE IS: On/Or About 4 January 2012 @ 0900 Hours (Local Time), Bldg 366, Hill AFB, UT. Specific date, time and location will be identified in the solicitation. All PROPOSALS will be due on/or about 23 February 2012/1:00 pm Pacific. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02635605-W 20111210/111208233948-686de7139f1fa3c641154afdef78b739 (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.