Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

Y -- Renovate Dormitory, Building 97, Thule Air Base, Greenland - Solicitation 1

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
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-14-R-0009
 
Response Due
8/21/2014 2:00:00 PM
 
Archive Date
10/31/2014
 
Point of Contact
Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
matthew.lubiak@usace.army.mil
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Phase-1 Request for Proposal This solicitation and award is restricted in accordance with 10 U.S.C. 2304(c)(4) International Agreement, to Danish and Greenlandic firms ONLY. The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) seeking to award a firm-fixed price contract for the design and construction necessary for moderation and expansion of Building 97, an existing three-story dormitory building with an area of approximately 29,750 SF (2,761 SM), at Thule Air Base, Greenland. The work encompasses renovation of the roof, exterior walls and for the building to be remodeled into approximately fifteen (15) to eighteen (18) apartments on each floor. The building addition will provide added space to each of the three (3) floors to accommodate mechanical equipment rooms as well as a common kitchen and dining room. The addition has a NOT TO EXCEED area of 877 SF (81.4 SM) per floor. The work will also provide for utilities, communications, fire protection systems, site improvements, and pavements. The work under this contract also includes preparation of a Comprehensive Interior Design and other related services. The construction season is short at Thule Air Base. General Conditions at Thule Air Base are as follows: the location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule's location demands that all supplies & personnel must be shipped and/or transported, in or out, via air and/or sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The region is glaciated and the existing soil is generally permafrost, which exists from 1 to 6 feet below the surface and to a measured depth of 1,600 feet. Average winter temperature is 20 -30 degrees F below zero while average summer temperature is 40-50 degrees F above zero. One annual military cargo sealift departs from Norfolk, Virginia to Thule AB, approximately 1 July. There are two sealifts that go from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only on an emergency-need basis. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction. The project magnitude is between $10,000,000 and $25,000,000. The performance period for the contract will be approximately 540 calendar days from the issuance of the Notice to Proceed (NTP). The solicitation will be a two-phase design-build source selection in accordance with FAR 36.3. The first phase will include technical factors for the Offerors to propose on from which the Government will determine the (up to) 5 most highly qualified firms and invite them to participate in the second phase. The (up to) top 5 Offerors from Phase One will then submit their price proposals and additional technical proposals for Phase Two. Anticipate the Phase One requirements to be posted electronically on or about 22 July 2014 via the Federal Business Opportunities Website at www.fbo.gov, with a submission of phase one qualifications due on or about 21 August 2014. Only the (up to) 5 most highly qualified firms from Phase One will be invited participate in Phase Two. Award will be made not later than 30 September 2014. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Offerors are required to be registered in the System for Award Management (SAM) www.sam.gov to be eligible for award. Award will be made to the responsible Offeror, determined to represent the best value to the Government in accordance with the source selection procedures stated in the Request for Proposal (RFP). Offeror's submissions to Phase One and Two must conform with the requirements stated in the RFP. All questions must be submitted in writing via email, 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 FAR 52.204-7 and DFARS 252.204-7007, all vendors must be registered with the System for Award Management (SAM) to be eligible for award of a contract. Information on registration can be found at www.sam.gov. Interested parties may download the solicitation at no charge from the FedBizOpps website 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 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Questions shall be submitted in writing via email to the Point of Contact: Matthew Lubiak, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090 Phone: 917-790-8089 Email: matthew.lubiak@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-R-0009/listing.html)
 
Place of Performance
Address: Thule Air Base, Greenland
 
Record
SN03432844-W 20140724/140722234640-e3efb973188f57e9124288805dbabb74 (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.