Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2002 FBO #0189
SOLICITATION NOTICE

Y -- Design-Build C-17 Maintenance Hangar/Shops, McGuire Air Force Base, New Jersey

Notice Date
6/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
DACA51-02-R-0017
 
Response Due
8/12/2002
 
Archive Date
9/11/2002
 
Point of Contact
Ina Ohrwashel, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U. S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP)'s to award one firm-fixed price construction contract to Design and Construct a new 10,869 SM heavy aircraft maintenance facility capable of performing inte rmediate level maintenance of C17 aircraft at McGuire AFB, New Jersey. The aircraft servicing bay will accommodate both the C-17 and KC-10 aircraft in either nose or tail-in positions in a high-bay area. Aircraft maintenance shops and administrative offi ces will occupy the low-bay areas of the facility. Shops included are machine and welding, sheet metal and corrosion control/composite, nondestructive inspection, electro-environmental, pneudraulics, wheel and tire and repair, and reclamation shops. The work includes but is not limited include concrete footings, foundation and floor slab, structural steel frame, metal insulated walls (and brick or pre-cast wainscot), built-up bituminous roofing in the high-bay and metal standing seam roofing over the low- bay, fire protection systems, HVAC system(s) utilities, apron and pavements, communication support, site improvements/support, vehicular parking and roads, aircraft apron, and all other necessary supporting features. Two existing hangars, their out buildi ngs, their foundations and appurtenances (approx.) 7,696 SM) will be raised in their entirety and the new hangar and shops constructed on the site. The design-build process is the procurement of a facility utilizing a Request of Proposal (RFP) to solicit both the design and construction of the facility by a single contractual instrument. This procurement shall be unrestricted. The process for this award shall be in accordance with FAR Part 15.101-2 - Lowest Price Technically Acceptable Source Selection P rocess. This solicitation is not a competitive open bid and there will not be a formal public bid opening. The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitati ons shall specify that an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Non-cost evaluation factors for this effort shall include (not limited to): Past Pe rformance and Experience, Technical Approach, Management Plan and Scheduling, and Small Business(SB) and Small Disadvantage Business(SDB) Subcontracting Effort. The proposals will be evaluated upon the analysis of the technical qualifications and Price. Th e evaluation process essentially consists of four parts: proposal compliance review, technical/quality evaluation, final proposal revision (if necessary), and price evaluation. To be considered acceptable, Offerors shall specifically address each of the ev aluation factors set forth in the solicitation. Sufficient detail should be provided citing specific data as may be required, such that the proposal may be adequately evaluated. The proposal must clearly show that the Offeror has an understanding of the wo rk required and has the capability to accomplish the project in accordance with the project schedule. Offers from all qualified small business concerns are solicited. If a large business firm intends to submit a proposal, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. Estimated construction value is between $25,000,000.00 and $30,000,000.00. Completion date is approximately three (3) years from issuance of Notice to Proceed. The NAICS Code is 233310 The small business size is 28.5 Million Dollars. Plans and Specificat ions will be available on or about 01 Jul 2002. Plans and Specifications may be examined at the following locations: This office at 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, Army Corps of Engineers. Proposals are due on 12 Aug 2002, 1200 hours local time. The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for th is project are the Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download a nd print the solicitation, specification files and drawings at no charge at http://nan.usace.army.mil (Contracting). Minimum System Requirements are 486-based personal computer, Microsoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to the website and prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. Utilization of the internet is the preferred method, however, CD's will be available up on written request stating the solicitation number, or project name, complete company name and street address (we will not deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10 .00 to USAED, New York. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR Database prior to award. Lack of r egistration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888 -227-2423 or via the Internet at http://ccr2000.com. See numbered note(s) 25.
 
Place of Performance
Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00090107-W 20020609/020607213222 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.