Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

Y -- FY 11 F-35 Squadron Operations Facility and FY 12 F-35 Addition/Alteration (ADAL) Aircraft Maintenance Unit Facility, Luke Air Force Base, Arizona

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
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-12-S-0007
 
Response Due
2/3/2012
 
Archive Date
4/3/2012
 
Point of Contact
Tracey Daggy, (213)452-3239
 
E-Mail Address
USACE District, Los Angeles
(tracey.i.daggy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement, a market survey for information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a COMBINED FY 11 F-35 Squadron Operations Facility and adjacent FY 12 F-35 Addition/Alteration (ADAL) Aircraft Maintenance Unit Facility. Concerns must submit a narrative describing their firm's ability to perform work that is comparable to the work that encompasses the Squadron Operations Facility, Luke Air Force Base, Arizona and Addition/Alteration (ADAL) Aircraft Maintenance Unit Facility, Luke Air Force Base, Arizona, a preferred alternative location as described by this synopsis. Construction is dependent of the results of a Record of Decision that will be made to select the final location for the F-35 Training Facilities. The project is a design-bid-build project to support a new mission bed down. The Government is seeking qualified, experienced sources capable of performing design-bid-build construction for a one-story FY 11 F-35 Squadron Operations Facility and adjacent design-bid-build construction, addition and alternation for a one-story FY 12 F-35 Addition/Alteration (ADAL) Aircraft Maintenance Unit Facility. Project will comply with DoD Antiterrorism/Force protection measures per the Unified Facilities Criteria. Minimum capabilities required include teaming with an Architect-Engineer to complete project design, Special Access Program Facility (SAPF) security specifications, and LEED silver certification. The scope of work for the FY 11 F-35 Squadron Operations Facility will consist of the following: construction of a 22,281 SF sprinkler-equipped facility to house flight planning, air crew briefing/debriefing and training in a secure environment, administration, storage and issue of flight crew life support system equipment. The facility also includes general storage, mechanical, electric equipment and communications, fire protection, utilities and parking. New construction will consist of a concrete foundation, split faced concrete block and sloped standing seam metal roof. The project(s) will include 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, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Comprehensive interior design services are required. The scope of work for the FY 12 Addition/Alteration Aircraft Maintenance Unit (ADAL AMU) will consist of the following: The project will add new construction to and alter the existing maintenance training facility building, share infrastructure tie-in, utility relocations and supporting facilities like repair of the existing parking lots and site work. Construction of a one story 6,036 SF additional and alteration (renovation) of the existing one story 9,598 SF facility all sprinkler equipped with site improvements. The facility combined area will house area for maintenance, tool crib with mezzanine, equipment issue and classified vault. Facility has general storage, mechanical, electric equipment and communications, fire protection, utilities and parking. The project will add new construction to and alter the existing maintenance training facility building, share infrastructure tie-in, utility relocations and supporting facilities like repair of the existing parking lots and site work. The project(s) will include 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, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Comprehensive interior design services are required. The proposed project will be a Negotiated Procurement using the Best Value trade off process in accordance with FAR Part 15.101-1, "Tradeoff Process" to result in a competitive, firm-fixed price design/build contract. The results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $10,000,000.00 - $25,000,000.00. Estimated duration of the project is 420 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000.00. The Standard Industrial Code (SIC) is 1542 and the Product Service Code is Y1AZ. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Anticipated solicitation issuance date is on or about 17 April 2012 and the estimated proposal due date is on or about 1 June 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages each. 4. Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Ventures (existing and potential, if applicable) including mentor-prot g and teaming arrangement information. 6. Firm's Bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firms shall respond to this Sources Sought synopsis by fax, email or regular mail no later than 3 February 2012 by 2:00 P.M. (PST). All interested firms must be registered in CCR (Central Contractor Registration) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1400, ATTN: Tracey Daggy, CESPL-CT-E, Los Angeles, CA 90017, (213) 452-3239. The email address is: tracey.i.daggy@usace.army.mil. The fax number is (213) 452-4184. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0007/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02657536-W 20120121/120119234748-97e375cb566e8cb01eaa223eb0885229 (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.