MODIFICATION
Y -- Airman Dining Facility, Little Rock Air Force Base, Pulaski County, Arkansas
- Notice Date
- 1/20/2006
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-06-R-6006
- Response Due
- 2/10/2006
- Archive Date
- 4/11/2006
- Small Business Set-Aside
- N/A
- Description
- The project includes the design and construction of an Airman Dining Facility for the Little Rock Air Force Base (LRAFB). The facility shall be of adequate size (approximately 18,396 square feet) and configuration (scatter serving layout) as require d to accommodate the airman population of the base. The facility will be responsible for serving approximately 950 meals per day. The daily meals are comprised of 175-200 for breakfast, 400-500 for lunch and 275-300 for dinner. Seating shall be provided based on a turnover of 3 times per meal period. The facility will be located adjacent to the parking area for the Base Physical Fitness Center and immediately to the east of Buildings 710 and 714. The facility shall provide space for a receipt and issue area, kitchen area, serving area, dining area, training room, office space, clipper areas, cold/dry goods storage area, staff/gue st toilets, locker areas, community center mailroom, janitors closet and mechanical areas. The estimated magnitude of work is between $5,000,000.00 and $10,000,000.00. It is anticipated to be a Firm-Fixed-Price contract. The North American Industrial Classification System code is 236220 and the annual size is $28.5 million. This solicitation will be a Request for Proposal two step, Design/Build, Best Value acquisition - UNRESTRICTED. Basis of Award - Subject to terms and conditions contained in the solicitation, award will be made to a single offeror. The first phase of the solicitation process will require all interested parties to submit their qualifications for evaluation based on the evaluation factors outlined in the solicitation. To be considered acceptable, each offeror shall sp ecifically address each of the evaluation factors. Sufficient detail should be provided to allow for an adequate review of the proposal. The proposal must show clearly that the offeror has an understanding of the working tasks required and has the capabi lity and responsibility to accomplish the project in a timely fashion. A maximum of five contractors will be selected to enter into the second phase of competition. Successful parties from the first phase will be required to submit a 10 - 15% design effo rt for evaluation. The unsuccessful phase II participants will be provided a stipend of $20,000.00 to offset design costs. Award will be made to the Offeror whose offer will be most advantageous to the Government, considering the evaluation factors, Design submission, and price. If a large business is selected for the second phase of the competition it must submit a subcontracting plan including the following minimum su bcontracting goals: Small Business Subcontracting - 51.2%, Small Disadvantaged Business Subcontracting - 8.8%, Women Owned Small Business Subcontracting - 7.3%, Historically Black Colleges or Universities/Minority Institution - 10.0%, and HUBZone Small Businesses - 3.1%, Service-Disabled Veteran-Owned Small Business 1.5%. Issue date for the solicitation will be on or about February 10, 2006. This solicitation will not be available in paper format; however, the Government reserves the right to revert t o paper medium when determined to be in the best interest of the Government. All documents required for the offer submittal, including amendments to the offer submittal, shall be in paper medium. Electronic medium for submittal of offer will not be allow ed. Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution FedTeDS Homepage https://www.fedteds.gov/. Registration for plans and specifications should be made via FedTeDS.gov Internet Homepage. It is i ntegrated with FedBizOpps (FBO) and Central Contractor Registration (CCR). The FedTeDS System ensures that all vendors accessing Sensitive But Unclassified (SBU) documents have the appropriate authority to view this data. W9127S-06-R-6006 Airman Dining Facility For security reasons, all technical and enginee ring data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested b idders must register with FedTeDS before accessing the system. FedTeDS registration requires the following information: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telephone Number, E-m ail Address. Registration instructions can be found on the FedTeDS website: https://www.fedteds.gov by clicking on the REGISTER WITH FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. Bidders who have registered with FedTeDS MUST access the data for this solicitation by way of the link below. Bidders cannot log into the FedTeDS home page and search for data. HYPERLINK: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9127S-06-R-6006 Point of Contact Email your questions to US Army Engineer District, Little Rock District at darrel.l.johnson@us.army.mil. Alternate POC: A. J. Brown, a.j.brown@swl02.usace.army.mil
- Place of Performance
- Address: USACE Little Rock District 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Country: US
- Zip Code: 72201
- Record
- SN00969921-W 20060122/060120212329 (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 |