Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOLICITATION NOTICE

Y -- FY13 Flight Activity Facility, Lakehurst Naval Station, New Jersey

Notice Date
1/23/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-13-R-0009
 
Response Due
3/8/2013
 
Archive Date
3/24/2013
 
Point of Contact
renee.george, 917-790-8177
 
E-Mail Address
USACE District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) intends to issue a Request for Proposal (RFP) Description of Work to be performed: The proposed project calls for the construction of a steel framed structure with brick veneer and metal panel clad walls and standing seam roofs to form a multipurpose aviation complex located at the Lakehurst Naval Station in NJ. The primary facility includes two aircraft hangars; one is a high-bay (22,000 SF) and the other a low-bay (44,000 SF) for the servicing of rotary wing and small fixed wing aircraft. Included within this facility are sheet metal and avionic fabrication and maintenance shops (14,000 SF), and administrative facilities for office and flight crews (18,000 SF). This state of the art facility will have fire suppression/protection/ alarm systems to include high expansion foam in the hangars and sprinklers and all other areas. The facility will also have a direct digital control (DDC) controlled ground source geothermal heating and cooling system as well as other features/measures that incorporate sustainability and energy conservation means into both the construction and operation of this facility. Supporting facilities include electric power, water, sanitary sewer, and communications connections and services throughout the facility. Personnel and vehicular access to the facility will be provided via new paved asphalt roadways, walks, and POV parking area. Other site improvements include but are not limited to antiterrorism/force protection and access control measures, stormwater retention, walkways, site lighting and fencing. Also, new Portland cement concrete aircraft parking ramp and interconnecting taxiway to the existing runway are included with the construction work. The taxiway has an integral helipad, all of which are complete with airfield/taxiway lighting. This project will be acquired as a 100% Small Business set-aside via the Lowest Priced Technically Acceptable (LPTA) Method in accordance with FAR Part 15.101-2. It is anticipated that the RFP will be issued on or about 06 Feb 2013 and the proposals will be due on or about 08 Mar 2013. The period of performance for this project is anticipated to be 730 calendar days. This Procurement will be conducted under the North American Industry Classification System Code: 236220. The Small Business Size Standard for this code is $33,500,000. The magnitude of this construction is more than $10,000,000.00. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email (microsoft word format)to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Renee George, Contract Specialist, 917-790-8177, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Email:renee.george@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-R-0009/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02970503-W 20130125/130123234245-b304491dc8e1d336f1ed5986787b7b30 (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.