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, 2017 FBO #5875
MODIFICATION

Y -- EIE379 F-35A Hangar/Squad Ops/AMU Squad #2

Notice Date
12/22/2017
 
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, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-18-R-0013
 
Point of Contact
Kathy Kinnett,
 
E-Mail Address
kathy.j.kinnett@usace.army.mil
(kathy.j.kinnett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0002 was released on 22 Dec 17 and forwarded to the POCs which previously requested the RFP from the Contract Specialist. Due date/time is unchanged as of AM#2 and remains 04 Jan 18 at 1400 Alaska Time. Amendment 0001 was released on 11 Dec 17 and forwarded to the POCs which previously requested the RFP from the Contract Specialist. Due date/time is unchanged as of AM#1 and remains 04 Jan 18 at 1400 Alaska Time. IMPORTANT NOTICE FOR THE SITE VISIT ON 01 DEC 2017: Reference RFP Section 00 21 00, paragraph 1.10, those planning to attend the Site Visit on 01 December 2017 at 10:00AM must bring their own Personal Protective Equipment (PPE) as the location is within an active construction zone. IMPORTANT NOTICE: Prime Offerors desiring to propose on EIE379 Hangar/Squad Ops/AMU, Solicitation W911KB-18-R-0013, are required to provide the firm name, individual's name, email address and phone number of their selected point of contact (POC) to the Contract Specialist, Kathy Kinnett, via email at Kathy.J.Kinnett@usace.army.mil. The deadline for submission of POC information is 15 November 2017 by 2:00PM Alaska Time. Prime Offerors who have responded by the deadline with POC information will be provided the RFP with specifications and drawings via the AMRDEC website. CONTRACT INFORMATION: This is a pre-solicitation notice for a design-bid-build, unrestricted Request for Proposal (RFP) for construction of a F-35A Hangar / Squadron Operations (Squad Ops) / Aircraft Maintenance Unit (AMU) facility at Eielson AFB, Alaska. The contract cost magnitude for contract award is approximately $35 million to $45 million. The resulting contract will be firm-fixed priced. The procurement will be conducted using one-step source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is subject to availability of funds. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. NAICS Code of Acquisition: 236220. The Small Business size standard is $36,500,000. Anticipated NTP: Spring 2018 with a 610 calendar-day period of performance; the Davis Bacon Act will apply. PROJECT TITLE: F-35A Hangar / Squad Ops / AMU Sqd #2, Eielson Air Force Base, Alaska (EIE379) (1) PROJECT INFORMATION: Construct a F-35A Hangar / Squad Ops / AMU facility utilizing conventional construction methods to accommodate the mission of the facility. The facility will support the operations squadron with space for flight planning, secure air crew briefing areas, and training and administration of the squadron. Space must be provided for the storage, care, and issue of flight crew life support system equipment as well as flight line maintenance support for launch, service, on-equipment repair, inspection and recovery of primary mission aircraft. This facility will provide adequate area for maintenance, a tool crib, equipment issue area, classified vault storage area, equipment and administrative spaces. The hangar will provide four (4) spaces for scheduled and unscheduled maintenance. Special foundations are required to accommodate arctic conditions and aircraft and vehicle rated pavements are required to support the maintenance and operation functions of the second F-35 squadron. The facility must be able to withstand wind loads, seismic effects and arctic conditions as prescribed in applicable codes and design guides. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: Factor 1 - Specialized Experience; Factor 2 - Past Performance (Confidence Assessment); Factor 3 - Proposed Contract Duration and Summary Schedule; Factor 4 - Key Subcontractors; and Factor 5 - Extent of Participation of Small Businesses The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed-price contract to that responsible Offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering all non-price factors described in the RFP, and price. The contract award may not exceed the funds available for the project; the intent of the solicitation is to obtain the best value proposal within the contract cost magnitude identified in Section 00 21 00 for this project. (3) OBTAINING THE SOLICITATION: Prime Offerors desiring to propose on EIE379 Hangar/Squad Ops/AMU, Solicitation W911KB-18-R-0013, are required to provide the firm name, individual's name, email address and phone number of their selected point of contact (POC) to the Contract Specialist, Kathy Kinnett, via email at Kathy.J.Kinnett@usace.army.mil. The deadline for submission of POC information is 15 November 2017 by 2:00PM Alaska Time. Prime Offerors who have responded by the deadline with POC information will be provided the RFP with specifications and drawings via the AMRDEC website. The solicitation for this project will be provided in electronic format only and is currently scheduled to be available on or about 16 November 2017. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-18-R-0013/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, United States
 
Record
SN04775045-W 20171224/171222230719-81eb5af7d605317f0ffce47f408f7201 (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.