SOLICITATION NOTICE
Y -- Design Build F-15 Corrosion Control Faclity, Florida National Guard
- Notice Date
- 4/27/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-05-R-0001
- Response Due
- 6/27/2005
- Archive Date
- 8/26/2005
- Small Business Set-Aside
- N/A
- Description
- The Florida National Guard intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for the design and construction (design-build) of Project # LSGA949614, Title: F-15 Corrosion Control Facility at the 125th Fighter Wing, Jacksonville, FL. The F-15 Corrosion Control Facility will provide a properly sized and adequately configured facility to perform exterior washing, small parts refinishing, application of surface graphics and personnel functions to support the F-15 air defense mission. The facility will include a single F-15 hangar bay and functional areas, including; abrasive blasting and hand sanding workshop, prefabricated paint booth, hazardous material and tool storage areas, men and womens locker, shower and toilet areas, administrative office area and a graphics shop. The facility will require reinforced concrete foundations, reinforced concrete floor slabs on grade, structural steel framing with an exterior stucco finish over concrete masonry units (CMU) an d a standing seam metal roof. The entire facility will have a wet pipe sprinkler system with a low level high expansion foam system in the hangar bay. Sitework will include Portland cement concrete aircraft pavement and tug drive, asphalt concrete access drive and storm water detention pond. Design and construction shall comply with the specifications and requirements contained in the RFP. The anticipated contract performance period for design and construction is 375 calendar days after receipt of Notice to Proceed (NTP). The estimated price range is between $1,000,000 and $5,000,000. This procurement is being solicited using the two-phase design build selection procedures authorized by FAR 36.3. The Phase Once solicitation issue date is on/about May 27, 2005. Phase One proposal closing date is on/about June 27, 2005. Phase One, evaluation factors include, but are not limited to the offeror and offerors team past performance, basic technical approach and capability information. Price is not required wi th Phase Once proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select three, but not to exceed five, of the highest rated contractors to receive Phase Two technical requirements RFP. Phase Two evaluation factors include but are not limited to, Price, Technical Data requirements, Management Plans and a comprehensive design and construction Schedule. Award will be unrestricted and is being made pursuant to the Small Business Competitiveness Demonstration Pr ogram (Ref: FAR 19(c)(2). Notice of Price Evaluation Preference for HUBZone Small Business concerns in accordance with FAR 52.219-4 is applicable. The North American Industry Classification System (NAICS) Code is 236220 and the Size Standard for Small B usinesses is $28.5 million annual receipt for the past 3 years. A Small Business subcontracting plan will be required of a large business offeror who is selected to propose in Phase Two and must be submitted with the Phase Two offer. There will be a Pre-pr oposal Conference on/about June 8, 2005. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitatio n package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web. There is no charge for the plans and specifications, which will be available through the following internet site http://www.nationalguar dcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Centra l Contractors Registration (CCR) http://www.ccr.gov/ and the Federal Technical Data Solution (FedTeDS) https://www.fedteds.gov/ in order to view or download th e plans or drawings from the web site, which will be available at the time the Phase Two solicitation is issued. No telephone requests will be accepted. This solicitation is not a competitive bid and there will not be a formal public bid opening. Point of contact for this procurement action is Captain Jeff Moore at jeff.moore@fl.ngb.army.mil
- Place of Performance
- Address: USPFO for Florida 189 Marine Street, St. Augustine FL
- Zip Code: 32085-1008
- Country: US
- Zip Code: 32085-1008
- Record
- SN00796706-W 20050429/050427212015 (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 |