Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2007 FBO #1942
SOLICITATION NOTICE

Z -- C-17 Alter Hangars 715 and 945, Dover Air Force Base, Dover, Delaware

Notice Date
3/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU07R0010
 
Response Due
5/4/2007
 
Archive Date
7/3/2007
 
Small Business Set-Aside
N/A
 
Description
Description of Work: This procurement is for the solicitation of a firm fixed-price contract for the C-17 Alter Hangars 715 & 945, Dover Air Force Base, Delaware. The work will consist of alterations and system upgrades to two C-5 aircraft maintena nce hangars to adapt them for fuel cell maintenance operations on both C-5 and C-17 aircraft. The upgrades include changes to electrical systems to bring them into compliance with National Electrical Code (NEC) requirements for a Class I Division 2 enviro nment, alterations to the fuel vapor exhaust system to adapt it for both C-5 and C-17 aircraft configurations, conversion of AFFF systems to High Expansion foam system, and modifications to the hangar doors to allow for both C-5 and C-17 aircraft. The pro ject duration is 18 months. This project includes the following option items: For Hangar 715 - Option 1 High Bay Roof Replacement, Option 2 Insulation Replacement, Option 3 Interior Paint Removal and Coating, Option 4 Concrete Hangar Floor Repair and Ep oxy Coating, Option 5 Low Bay Roof Replacement, Option 6 Exterior Roof Personnel Fall Protection (High Bay), Option 7 Exterior Roof Personnel Fall Protection (Low Roof), Option 8 Emergency Interior Lighting, Option 10 Electrical Power Frequency Converter a nd For Hangar 945 - Option 9 Emergency Interior Lighting. Estimated cost range for this procurement is over $10 million (including options). Competitive best value source selection procedures (FAR 15.101) will be used for this procurement. Source Selectio n Evaluation Factors (listed in descending order of importance) are: (1) Prime Contractor Relevant Experience, (2) Prime Contractor Past Performance, (3) Project Key Personnel, (4) Project Management Plan and (5) cost/price. All technical evaluation fact ors, when combined are approximately equal to cost/price. Detailed evaluation criteria will be included in the RFP package. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award t he contract to other than the lowest price and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220 and the s mall business size standard is $31 million. Issue date is on or about April 4, 2007 with proposals due by 2:00 p.m. on or about May 4, 2007. This procurement is unrestricted. The solicitation documents will only be available via the Federal Technical D ata Solution (FedTeDS) homepage located at https://www.fedteds.gov/. All prospective contractors and their subcontractors and suppliers must be registered in FedTeDS before they will be allowed to download solicitation documents/information. FedTeDS regi stration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telephone Number, E-mail address. You are urged to read the FAQs posted on the FedTeDS website to better understand this new process. No written or faxed requests will be accepted. Interested contractors should register on the web page. If any registration information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Inter net. Failure to make changes in their user profile may cause a delay in receiving notification of the solicitation and amendments. Bidders are responsible for printing paper copies of the solicitation. All amendments to this solicitation will be posted t o the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this solicitation. The contractor must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Instructions will be included in the solicitation package. Liquidated Damages will be specified. Davis Bacon rates will be appl icable and insurance and bonding is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the soli citation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01255185-W 20070322/070320221309 (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.