Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
MODIFICATION

Y -- FY12 Design Build F-35 Aerospace Ground Equipment (AGE) Facility, Nellis Air Force Base, Clark County, NV - Amendment 9

Notice Date
1/24/2012
 
Notice Type
Modification/Amendment
 
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-R-0002
 
Response Due
1/30/2012
 
Archive Date
3/30/2012
 
Point of Contact
Christina M Chavez, Phone: (213)452-3246
 
E-Mail Address
christina.chavez@usace.army.mil
(christina.chavez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 9 SOLICITATION NO. W912PL-12-R-0002 IS AN UNRESTRICTED COMPETITIVE REQUEST FOR PROPOSAL (RFP) WITH A HUBZONE PRICE EVALUATION. THE U.S. ARMY CORPS OF ENGINEERS, LOS ANGELES DISTRICT, IS SOLICITING FOR THE DESIGN-BUILD OF F-35A AEROSPACE GROUND EQUIPMENT (AGE) FACILITY, NELLIS AIR FORCE BASE, CLARK COUNTY, NV. This project consists of the design and construction of a new 45,000 SF Aerospace Ground Equipment (AGE) Facility to replace an existing inadequate and under sized facility. Adequate space to support AGE maintenance and repair for 36 additional F-35A aircraft does not currently exist at Nellis AFB. Flight line facilities supporting F-22A, F-15, F-16, and A-10 aircraft are operating at, or above, designed capacities and cannot accommodate the added maintenance burden. Supporting facility construction consists of utilities, roads, parking areas, pedestrian walkways, site preparation and landscaping. Supporting utilities to the site include water, electricity, gas, sanitary and storm sewer and communications/data cable and conduits. This project will comply with all applicable standards and codes, including the DOD Anti-Terrorism/Force Protection requirements per UFC 4-010-01. This project is required to obtain LEED Silver Certification under the USGBC LEED-NC Rating System. The solicitation documents will be available on or about 15 November 2011 with proposals due on or about 30 January 2012. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $33,500,000.00. The magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00. Bonding will be required for this acquisition. This Solicitation will be issued as an UNRESTRICTED PROCUREMENT WITH A HUBZONE PRICE EVALUATION. All responsible sources may submit an offer. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. If the awarded offeror is a large business, they will be required to submit a Sub-Contracting Plan. The Los Angeles District Subcontracting goals are as follows: 50% with small business, 17% with small disadvantaged business, 18% with woman owned small business, 10% with Hub-Zone small business, 8.5% Veteran Owned, 4% Service-disabled veteran owned small business. This will be a Competitive Request for Proposal (RFP), using the Best Value Lowest Price Technically Acceptable procurement resulting in a firm fixed-price contract. The evaluation of the offerors include: Experience on Similar Projects, Past Performance, Technical Approach Methods and Procedures, Corporate/Management Structure, and Schedule. This Solicitation No. W912PL-12-R-0002 and all amendments for this acquisition will be posted on www.fbo.gov. No additional media (compact disks, floppy disks, faxes or paper) will be provided unless the Government determines that it is necessary. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. Viewing/downloading documents from www.fbo.gov will require prior registration in Central Contractor Registration (www.ccr.gov). For further information, please click on the links on the fbo.gov homepage to FAQs. All questions pertaining only to this presolicitation notice should be directed to Tina Chavez at 213.452.3246, fax no 213.452.4184 or email: christina.chavez@usace.army.mil all offerors/bidders are advised that this procurement may be delayed, cancelled or revised at any time during the solicitation, evaluation and/or final award process and is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02659633-W 20120126/120124234019-a0f4dc6b81a559ed77ec4615a13c4206 (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.