Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
MODIFICATION

Y -- FY16 F-35 Live Ordnance Loading Area (LOLA), Nellis AFB, NV

Notice Date
12/22/2016
 
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-17-R-0017
 
Archive Date
3/23/2017
 
Point of Contact
Ryan E. Rivas, Phone: 2134523310
 
E-Mail Address
ryan.e.rivas@usace.army.mil
(ryan.e.rivas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project is for the Design and construction of a Live Ordnance Load Area (LOLA) in accordance with this RFP, DoD, Air Force, and base design standards. Construction includes 47,720 SM of 16-18 inch (medium load design) 700 PSI flex-strength Portland Cement Concrete aircraft parking ramp; 11,830 SM asphalt shoulders, base and sub-base, drainage systems, apron lighting, edge lighting, pavement markings, site work, earth berm, revetments, utilities, preformed compression joint seals, aircraft tie-downs and grounding points, AGE yard, road relocation, new access roads, vehicle parking lot, sunshades, security fence, associated demolition and all other work as necessary. Design and construct a 14,300 gross square feet LOLA Crew Operations Facility. Building will have a reinforced concrete foundation and floor slab, structural steel frame, masonry walls, standing metal seam roof, fire detection/protection. Site improvements shall include, utilities including sanitary sewer, water mains and fire hydrants, parking for 200 vehicles, other pavements and communications support. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-101-01. THIS IS A ONE-STEP DESIGN-BUILD UNRESTRICTED PROCUREMENT. This will be a Competitive Request for Proposal (RFP), using BEST VALUE TRADE-OFF procedures, resulting in a firm fixed-price contract. The proposals will be evaluated on the evaluation criteria stated in the RFP. Both a technical and a price proposal will be required. 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 660 calendar days after receipt of Notice to Proceed (NTP). The North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Construction, $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is between $ $25,000,000.00 and $50,000,000.00. The solicitation will be made available on/or about January 19, 2017. All proposals will be due on/or about February 23, 2017 at 2:00 P.M. PST. This is to notify all potential offerors: Solicitation No. W912PL-17-R-0017 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 System for Award Management (www.sam.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, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and 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 System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. 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-17-R-0017/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas Valley, Nevada, Nellis AFB, Nevada, 89181, United States
Zip Code: 89181
 
Record
SN04358494-W 20161224/161222234222-2c1130af42fa88f6acc57aa77230d1b7 (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.