Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOLICITATION NOTICE

Y -- FY11 Academic Training Center (ATC), Luke Air Force Base, Maricopa County, Arizona.

Notice Date
4/2/2012
 
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-0005
 
Response Due
6/1/2012
 
Archive Date
7/31/2012
 
Point of Contact
Sandy Oquita, (213)452-3249
 
E-Mail Address
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FY11 Academic Training Center (ATC), Luke Air Force Base, Maricopa County, Arizona. This is part of the first phase of a multiyear program to bed down a new mission to accept the new Joint Strike Fighter (JSF) F-35 aircraft. Aircraft are scheduled to arrive August 2013. The FY11 project will construct flight simulators, training facilities, a squadron operations building, shared infrastructure tie-in, utility relocations and supporting facilities like parking lots and site work. The FY11 Academic Training Center is traditional design-bid-build. Specifically the F-35 Academic Training Center (ATC) project provides for the construction of a 13,489 SM (145,195 SF) multi-story sprinkler-equipped facility with site improvements. The facility will house academic training classrooms and virtual trainers as well as administrative support space, general storage, mechanical, electric equipment and communications, fire protection, utilities and parking. Facilities will comply with the Special Access Program Facility (SAPF) security specifications, DoD force protection requirements per unified facilities criteria and meet and be certified LEED Silver under the USGBC LEED-NC Rating System. 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. This project will comply with all applicable standards and codes, including the DOD Anti-Terrorism/Force Protection requirements per UFC 4-010-01. Comprehensive interior design services are required. THIS IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE TRADE-OFF. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00110, 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. There will be one pricing schedule for this project with a Performance Period of 540 days after receipt of Notice to Proceed (NTP). This procurement is subject to Clause 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. If the awarded offeror is a large business, they will be required to submit a subcontracting plan for the purpose of providing subcontracting opportunities to the maximum practicable extent with the small and disadvantaged firms in accordance with the provisions of Public Law 95-507. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontracted dollars. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $33,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is Between $25,000,000 and $100,000,000. The solicitation will be made available on or about April 17, 2012 All proposals will be due on/or about June 1, 2012 at 2:00 P.M. PST. This is to notify all potential offerors: Solicitation No. W912PL-12-R-0005 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). 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. Viewing/downloading documents Viewing/downloading documents from FBO will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); CAGE Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs will be required to be registered with FBO and therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. The CCR website can be accessed at http://www.ccr.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with CCR please call CCR Assistance Center at 1-888-227-2423. For additional assistance with the FBO 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 (FEDBIZOPPS) FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS ARE 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-12-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02711147-W 20120404/120402234455-fc8cc33efc7570f35c90695261c0df78 (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.