Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
SOLICITATION NOTICE

Y -- Design-Build C-130J Corrosion Control Hanger at the Little Rock Air Force Base, Arkansas

Notice Date
11/20/2006
 
Notice Type
Solicitation Notice
 
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
W9127S07R6003
 
Response Due
2/1/2007
 
Archive Date
4/2/2007
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice: This solicitation will be a Full and Open Competition for the U.S. Army Corps of Engineers (Little Rock District) for a one-phase Design-Build Construction Services, to include (but not limited to) planning, design, and the construction of a C-130J Corrosion Control Hanger facilities located within the boundaries of our military customers at the Little Rock Air Force Base, Pulaski County, Arkansas. SCOPE OF WORK: The contract includes the design and construction of C-130J Corrosion Control Hanger facilities. This contract shall include all management, supervision, labor, materials, and equipment necessary to provide a complete and functional facilit y. The hangar will provide an environmentally controlled area to wash aircraft. The facility shall be equipped with heating, cooling for administration areas, ventilation, hot and cold water, electric power, compressed air, aircraft wash equipment, and a fire suppression system. Also, a fall protection system shall be provided above aircraft to which safety harnesses shall be attached as an effective means of accessing the upper surfaces of the aircraft during washing operations and shall be in conforman ce with OSHA requirements. The aircraft bay is not defined as a Paint Booth and is intended to be used as a wash bay or lesser levels of maintenance verses complete aircraft stripping and painting or spot painting. The facility will not include a wash/ water recycling system. Approximately, thirty people shall occupy this new facility. The facility shall be required to meet ADA design criteria. The area for the base bid facility is set at 23,392 square feet to include the high bay aircraft wash bay, a dministrative area, facility support areas, and mechanical areas. The high bay aircraft wash bay shall be large enough to accommodate the C-130J-30 Super Hercules aircraft with jacking points. The hanger support areas will be a one-story facility adjoi ning the high bay aircraft wash bay. These areas will be isolated from the aircraft servicing by a masonry wall having a fire resistance rating of one hour. This wall shall extend from the floor to the roof. All openings in this wall shall be automatic closing or self-closing and shall be rated for 45 minutes. The supporting areas shall include the following spaces: Fire Protection Room, Janitor Closet, CTK Room, Vestibule, Mechanical/Chemical Wash Room, Mens and Womens Restrooms and Lockers, Electri cal Room and circulation space as indicated in the Base Bid Plan. Demolition associated with the new facility includes existing building #218 (approximately 100 SF), existing paving, utilities (as required), existing site lighting, and any other existing work as needed to construct the new facility. Floor plans and elevations are included in the RFP and no drawings are required as a part of the proposal. CONTRACT INFORMATION: This solicitation will be evaluated under the One-Phase Design Build Process. The process consists in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. Interested firms or joint venture en tities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the proposals, in accordance with the criteria described for in Sections 00110 and 00120 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal i s determined to represent the overall best value to the Government, considering technical-design quality, experience, past performance capability, and cost. Evaluation criteria will be published in the solicitation notice at a later date. The North American Industrial Classification System (NAICS) code applicable to this pro ject is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $31.0 Million. Estimated solicitation issue date is on or about December 15, 2006 under solicitation number W9127S-07-R-6003. Proposals are anticipated to be due on or about February 01, 2007. (30 days from issuance of the solicitation). If the Government elects to co nduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitati on. For security reasons, all technical and engineering 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 bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/star t.nsf/frm.vendorlogin?openform&SolicitationNumber=W9127S-07-R-6003. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must be registered wit h the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. You are advised that FedTeDS currently does not have a Plan Holders List capability. Therefore, off erors are encouraged visit https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm to link to the planholders list and obtain general information. You will not be able to download plans from this site; however it will provide a line to the file on FedTeds (you must be registered with FedTeds to download files). The contract specialist for this solicitation will be Dudley Smith, 501-324-5720; or by e-mail at Dudley.A.Smith@us.army.mil. Download Solicitation Files from Fed-Teds only. Download Files for Solicitation W9127S-07-6003 Will Not Be Available till 15 December 2006.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01184288-W 20061122/061120220957 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.