Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

Y -- FY 12 F-35 Squadron Operations Facility - Aircraft Maintenance Unit (AMU) 2, Luke Air Force Base, Arizona

Notice Date
5/4/2012
 
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-0004
 
Response Due
7/6/2012
 
Archive Date
9/4/2012
 
Point of Contact
Christina Chavez, (213)452-3246
 
E-Mail Address
USACE District, Los Angeles
(christina.chavez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 second Joint Strike Fighter (JSF) F-35 aircraft to arrive January 2015 and is required to be operational no later than July 2014. The project consists of the FY 12 F-35 Squadron Operations Facility - Aircraft Maintenance Unit (AMU) 2, Luke Air Force Base, Arizona. The 12 F-35 Squadron Operations Facility - Aircraft Maintenance Unit (AMU) 2 will consist of the following: construction of construction of a 3,963 SM (42,462 SF) combined Squad Ops and AMU sprinkler-equipped facility containing a steel-framed structure, concrete slab and foundation system, masonry block exterior walls and standing seam metal roof. The combined Squad Ops and AMU includes flight planning, air crew briefing/debriefing & training in a secure environment, admin, storage and issue of flight crew life support system equipment. Combined area for maintenance, tool crib for parts storage, equipment issue, and classified vault. Facility has general storage, mechanical, electric equipment and communications. 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. Three thousand (3,000) Square Meters of Aerospace Ground Equipment (AGE) yard will be demolished. 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. NOTE: The Environmental Impact Statement (EIS) process is not yet complete for this project. The Record of Decision (ROD) is expected to be signed in July 2012 after the comment review period has closed. We are advertising this project and provide this notification that the award of the project is dependent on the completion of the EIS/ROD. Construction at the Luke Air Force Base, Arizona is dependent upon the results of the Record of Decision that will be made to select the final location for the F35 Training Facilities. THIS PROJECT IS A UNRESTRICETED PROCUREMENT WITH HUBZONE PRICE EVALUATION PREFERENCE. This will be a Competitive Request for Proposal (RFP), using the Best Value Trade Off procedures resulting in a firm fixed-price contract. The evaluation of the offerors include: Experience on Similar Projects, Past Performance on Recent, Relevant Projects, Technical Approach, Schedule, Management Plan, and Small Business Participation Plan. Both a technical and price proposal will be required. 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 540 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 May 22, 2012. All proposals will be due on or about July 6, 2012 at 2:00 P.M. Pacific Time. This is to notify all potential offerors that Solicitation No. W912PL-12-R-0004 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/. 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-0004/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02740141-W 20120506/120504235934-2e297d0e37582d26d7f9cb0abc378e71 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.