Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

Y -- RPA Mission Complex Physical Protection Sysytem, Creech Fence Security

Notice Date
8/8/2012
 
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-0034
 
Response Due
9/13/2012
 
Archive Date
11/12/2012
 
Point of Contact
Ryan Rivas, (213)452-3310
 
E-Mail Address
USACE District, Los Angeles
(ryan.e.rivas@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is to construct a 7' Type A perimeter security fence surrounding the entire Remotely Piloted Aircraft (RP A) mission complex and each individual facility. Perimeter security fence will include a three strand anti-ram cable vehicle denial barrier. The project will also install two automated K-12 vehicle gates, and recessive K-12 rated vehicle denial barrier on the taxiway. Includes site improvements, security lights, pavement work, utilities, and communication support for the gates. Includes site work to provide 30' clear area on either side of perimeter fence and installation of electrical distribution and secondary systems to support fence mounted Intrusion Detection and Closed Circuit TV systems. This project will comply with ESE-SIT-OOOl, DoD Antiterrorism and Force Protection measures per the Unified Facilities Criteria and will incorporate sustainable design principles where applicable. THIS IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA). Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are Section 00110, entitled Submission Requirements and Instructions. It is the Government's intent to award based on initial offers without discussions; therefore, the offeror(s) shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 275 days after receipt of Notice to Proceed (NTP). The North American Industry Classification System (NAICS) code 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 $5,000,000.00 and $10,000,000.00. The solicitation will be made available on/or about Aug 13, 2012. All proposals will be due on/or about September 13, 2012 at 2:00 P.M. PST. This is to notify all potential offerors: Solicitation No. W912PL-12R-0034 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 USEOF 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-0034/listing.html)
 
Place of Performance
Address: Creech AFB, Indian Springs, Nevada
Zip Code: 89169
 
Record
SN02830824-W 20120810/120808235624-faab53078bd2346090a5b00c1cdaeaaa (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.