Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
MODIFICATION

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

Notice Date
4/26/2012
 
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-0003
 
Response Due
6/1/2012
 
Archive Date
7/31/2012
 
Point of Contact
Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This design-bid-build project 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 project consists of the FY 11 F-35 Squadron Operations Facility and adjacent FY 12 F-35 Addition/ Alteration (ADAL) Aircraft Maintenance Unit Facility at Luke Air Force Base, Arizona. The FY 11 F-35 Squadron Operations Facility will consist of the following: construction of a one-story 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. Project will comply with DoD Antiterrorism/Force protection measures per the Unified Facilities Criteria. Minimum capabilities required include Special Access Program Facility (SAPF) security specifications and LEED silver certification. Comprehensive interior design services are required. 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 addition 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 for parts storage, 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. Project will comply with DoD Antiterrorism/Force protection measures per the Unified Facilities Criteria. Minimum capabilities required include Special Access Program Facility (SAPF) security specifications and LEED silver certification. Comprehensive interior design services are required. THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), LOWEST-PRICED TECHNICALLY ACCEPTABLE. ONLY SMALL BUSINESSES WILL BE CONSIDERED FOR AWARD. Both a technical and price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00110, entitled Submission Requirements and Instructions. It is the Government's 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 420 days after receipt of Notice to Proceed (NTP). The North American Industry Classification Code (NAICS) for this procurement 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 for this project is between $10,000,000.00 - $25,000,000.00. The solicitation will be made available on or about April 20, 2012. All proposals will be due on or about June 1, 2012 at 2:00 P.M. Pacific Time. This is to notify all potential offerors that Solicitation No. W912PL-12-R-0003 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 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 (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 - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO 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-0003/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02731752-W 20120428/120426234942-dca5f862930a0e2d0082ca05beab6c17 (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.