Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

Y -- Construction of Qualification Construction Range (QTR) at Fort Irwin, California

Notice Date
1/27/2012
 
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-12-R-0013
 
Response Due
3/14/2012
 
Archive Date
5/13/2012
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a design-bid-build project. The Qualification Training Range (QTR) is used to train and test soldiers on the skills necessary to detect, identify, engage and defeat stationary and moving infantry targets in a tactical array with their prescribed weapons. In order to centralize training and reduce land, maintenance, and unit overhead requirements, this range combines the capabilities of the Modified Record Fire Range, Automated Sniper Field Fire Range, Combat Pistol/Military Police Firearms Qualification Course and Multipurpose Machine Gun Range. This range supports night fire operations. The range has 16 lanes, each 30 meters wide. These lanes are used for Rifle Qualification, Sniper Field Fire, Machine Gun and Mk 19 fire. Located between the 16 lanes are 15 lanes of CP/MPQC. The firing points for the CPQC are online with the 16 fighting positions of the rifle/machine gun lanes; however the first firing point for the MPQC is 8 meters behind the CPQC firing point. The range supports the following ammunitions: 5.56mm, 7.62mm, 9mm, 40mm and.50 cal. Primary downrange features include the following: 315 Stationary Infantry Targets (SITs) 24 SIT emplacements with 2 target arms each (500m, 700m) 26 Widened SITs 20 Stationary Armor Targets (SATs) 20 Moving Infantry Targets (MITs) 20 Battle Effects Simulators (BES) 16 One-man foxholes with prone position 10 Two-man foxholes 4 Vehicle Firing Positions The Primary facilities are listed below: Automated Training Range (1 EA) Range Operations and Control Area (1 EA) Range Control Tower (290 SF) Ops. / Storage Building (800 SF) Classroom Building (800 SF) Vaulted Latrine (330 SF) Covered Mess (800 SF) Ammo Breakdown Building (185 SF) Bleacher Enclosure (726 SF) The location of this work is on Fort Irwin, San Bernardino County, California. Estimated Magnitude of Construction is $10,000,000 - $25,000,000. This Procurement will be conducted under FSC CODE: Y1JZ, NAICS Code: 236220. The size standard for this code is $33,500,000. Estimated duration of project is 730 calendar days. The acquisition will be conducted under a competitively negotiated source selection. Both a technical proposal and a price proposal will be required. The acquisition strategy is Lowest Price Techncally Acceptable. Award will be made on the bsis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. It is the Government's intent to award based on initial offers without discussions. Evaluation factors may consist of the following: Construction Experience; Past Performance on projects similar in nature; Key Personnel; Project Management Plan; Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. Downloading the Solicitation: The solicitation will be available on or about 13 February 2012. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation, both prospective primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-8 and 52.219-9 and AFARS 19.705. Failure to submit an acceptable sub-contracting plan may make the offeror ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 5119.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 50% with small business; 17.0% with small disadvantaged business; 18.0% with woman owned small business;.4.0% with service disabled veteran owned small business; 8.5% with veteran-owned small business and 10.0% with HUBZone small business. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-R-0013/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02663061-W 20120129/120127234853-eba35246e959b93784ed10f050d9b846 (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.