Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

Y -- Two Phase Design-Build Contract for Combined Test Force Compound (CTF) at Edwards Air Force Base, California.

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0028
 
Archive Date
7/23/2016
 
Point of Contact
Lucia A. Carvajal, Phone: 2134523240
 
E-Mail Address
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP No. W912PL-16-R-0028 Description of Work: This project will restore/alter four (4) Aircraft Maintenance Hangars, associated out-buildings, taxi/parking ramps and construct aircraft shade canopies to support Developmental Test (DT) and Operational Test (OT) utilizing economical design and construction methods to accommodate the mission. Additionally, a 149 SM covered building will be constructed to house fire suppression pumping systems to allow open fuel tank maintenance in one hangar. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. The restoration/alteration will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01). Re-work of the facility includes constructing office areas, conference and break rooms, information technology (IT) server rooms, and restricting areas using framing, walls, utilities, detection/protection features, and security enhancements. The taxi/parking ramps will be replaced to support increased aircraft loads. Supporting facilities include all associated utilities, site work, communication support, pavements, parking area, environmental remediation, and demolition. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The project is located on an airfield-access is controlled and airfield requirement will be in effect. This project is a two-phase design-build solicitation. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree on design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and useable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Phase-One is the pre-selection phase (this phase does not include the submission of a price proposal). Evaluation factors under Phase-One may consist of the following: Past Performance Information of the Prime Construction Contractor; Past Performance Information of the Lead Design Firm; Key Personnel Experience and Qualifications on projects of similar nature (similar or greater scope and complexity and technical sophistication) including Construction personnel and Design personnel. Proposals will be evaluated in Phase-One to determine which offerors will submit proposals for Phase-Two and an amendment will be issued to those selected offerors (maximum of five). The detailed project performance requirements for this project will be included in the Requests for Proposals (RFP) package (Phase-Two). Evaluation factors for Phase Two may consist of the following: Design Narrative (Architectural; HVAC System; Structural); Ability to schedule/execute work on multiple projects/buildings simultaneously in an expedited timeframe and limited workspace; Environmental Compliance; Sustainable Design; Quality of Proposal Submittal; Small Business Participation Plan; and a Price Proposal. Phase-one and Phase -two proposal evaluation ratings will be used to determine the most advantageous proposal to the Government. Ratings will be assigned for each of the technical evaluation factors for each offeror. No overall rating will be assigned. Technical ratings for Phase-one Technical factors will flow through to Phase-two at their Phase-one rating. No overall rating rating will be assigned. An offeror will not be considered for award, if the offeror is assigned a rating of Unacceptable for any individual evaluation factor. Basis of award is Best Value "Trade-off." Award of the Design-Build contract will be made to one of the five firms, which, in the judgment of the Contracting Officer, provides the best combination of design features and cost/price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make award to other than the lowest price offeror, price and other factors considered. The estimated magnitude of this project is greater than $70,000,000.00. The Period of Performance is 730 calendar days from Notice to Proceed. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package during Phase-Two of the solicitation. The solicitation will be available on or about JUNE 8TH 2016. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0028/listing.html)
 
Place of Performance
Address: Edwards Air Force Base, Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04165538-W 20160701/160629234426-09d71b441e39f38313b5395e14378c99 (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.