Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
MODIFICATION

Y -- EIE389 Satellite Dining Facility - Amendment 1

Notice Date
2/12/2018
 
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-0024
 
Point of Contact
Michael Suprenant, Phone: 9077532555
 
E-Mail Address
michael.d.suprenant@usace.army.mil
(michael.d.suprenant@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 01 GENERAL INFORMATION: Project: EIE389, Satellite Dining Facility, Eielson AFB, Alaska Notice Type: Pre-Solicitation Notice Solicitation Number: W911KB-18-R- 0024 Posted Date: 22 December 2017 Original Response Date: 22 February 2018 Original Archive Date: Current Archive Date: Classification Code: Y - Construction Set Aside: Total Small Business Competitive NAICS Code: 236220 Size Standard: $36.5M CONTRACT INFORMATION: This is the solicitation notice for a two-phase, Total Small Business Set Aside Request for Proposal (RFP) for design and construction of the Satellite Dining Facility for the F-35 program at Eielson AFB, Alaska (EIE389). This acquisition will be advertised as a Total Small Business Set-aside Competition. Thi solicitation is expected to have proposals due on 15 February 2018. This is a "Best Value" trade-off process pre-solicitation notice for a two-phase Design and Construct of the Satellite Dining Facility for the F-35 Program on Eielson AFB, Alaska. The Government will evaluate the proposals in accordance with the criteria and award a firm fixed price contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government utilizing the trade-off selection process described in FAR 15.101-1. Any resulting contract will be firm fixed price. The anticipated Notice to Proceed date will be 23 July 2018 with a required completion date expected to be in August 2020. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds and may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture. We advise contractors 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. PROJECT INFORMATION: EIE389 will include the design and construction of a Satellite Dining Facility. The facility should be compatible with the applicable DoD, Air Force, and the base design standards. In addition, local materials and construction techniques shall be used where cost effective. Dining facility areas include receipt and issue (refrigeration, dry storage, receiving platform, etc.), kitchen (food preparation and support space including the kitchen proper, dedicated flight kitchen area, a dishwashing room, utensil wash, a refrigerated holding area for perishable food during processing, staff toilets and locker area, office, training room, storage room for expendables and a janitor's closet), serving, dining room (patron seating, aisles, patron restrooms, a protected entrance way, office and a storage room) and mechanical room. Project also includes all utilities, parking, communication systems and all other necessary support. Project will comply with DoD antiterrorism/force protection requirements per Unified Facilities Criteria and UFC 4-722-01, Dining Facilities. The construction cost magnitude is between $5,000,000 and $10,000,000. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: For Phase 1: Factor 1 - Specialized Experience; Factor 2 - Past Performance (Confidence Assessment); Factor 3 - Organization; and Factor 4 - Technical Approach For Phase 2: Factor 1 - Design Technical; Factor 2 - Phase 1 Proposal Roll-up Rating; and Factor 3 - Price and Pro Forma Information 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 Phase 2 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 the non-price factors described in the RFP, and price, however the contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project. OBTAINING THE SOLICITATION: The solicitation will be available electronically from FedBizOpps website (www.fbo.gov) on or about 8 January 2018. On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible small business sources may submit an offeror in the form and format of the solicitation 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. CONTRACTING OFFICE ADDRESS: USACE District, Alaska CEPOA-CT P.O. Box 6898 JBER, AK 99506 PLACE OF PERFORMANCE: Eielson AFB, Alaska POINT OF CONTACT: Mike Suprenant 907-753-2555 Michael.D.Suprenant@usace.army.mil OR Theresa Afrank 907-753-2739 Theresa.M.Afrank@usace.army.mil OR Michelle Mandel 907-753-2502 Michelle.R.Mandel@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-18-R-0024/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson,, Alaska, United States
 
Record
SN04819293-W 20180214/180212230927-4453eb9035b1d53ae40bbb38514ecd1a (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.