SOLICITATION NOTICE
Y -- Design/Construct F22A 7-Bay & 8-Bay Aircraft Shelter
- Notice Date
- 10/31/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-08-R-0036
- Response Due
- 12/19/2008
- Point of Contact
- Crystal D Labrecque,, Phone: 907-688-7558, Ronald K Jackson,, Phone: 907 753-5596
- E-Mail Address
-
crystal.d.labrecque@usace.army.mil, Ronald.K.Jackson@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- PROJECT INFORMATION: Design and Construct new F-22A 7-Bay & 8-Bay Aircraft Shelters. The layout of each facility shall be 3 or 4 contiguous hangar bays separated by a support hub or "core area". The core area will consist of a fire suppression room, electrical room, mechanical room, and men's and women's restrooms. Place of Performance: Elmendorf AFB, Alaska. The estimated design and construction cost for this project is between $35,000,000 and $40,000,000. CONTRACT INFORMATION: This solicitation will be a design-build, full and open competitive procurement with a two-phase selection process. The award will be based on the best value to the Government considering price and non-price factors, cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. NAICS Code: 236220 with a size standard of $33,500,000. Anticipated NTP: 10 April 2008 with a 820 calendar day period of performance. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be canceled. If the project is canceled, all proposal preparation costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY09 subcontracting goals for this contract are a minimum of 70.0% of the contractor's intended subcontract amount be placed with small businesses, 6.2% of that to small disadvantaged businesses, 7.0% to woman-owned small businesses, 9.8% to HUB zone small businesses, 3.0% to Veteran-Owned small businesses, and 0.9% to service disabled veteran-owned small business. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in CCR. Joint ventures must also be registered in CCR as a joint venture. We advise contractors begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. "Lack of registration in the CCR database will make an offeror ineligible for award." (Reference DFAR 252.204-7004, Required Central Contractor Registration.) SELECTION CRITERIA: Phase I of this acquisition will evaluate offerors considering the following technical factors: Experience, Past Performance, Organization and Management, and Design Approach. Phase II will evaluate offerors based upon price and considering the following technical factors: Design Solution & Design Drawings; Proposed Schedule; Betterments and Subcontracting Plan. The overall evaluation rating in Phase II is considered more important than the overall evaluation rating in Phase I. The overall evaluation rating of Phase I and II is considered approximately equal to price. OBTAINING THE SOLICITATION: The solicitation for Phase I of this project will be available for secure download from FedBizOpps - website: http://ww.fbo.gov or about 15 November 2008. Phase II will be made available to those offerors forwarded to Phase II only on or about 5 January 2009. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to the solicitation throughout Phase I shall be made through the Internet only. It is the contractors responsibility to check for any posted changes to this solicitation. Contract Specialist is CRYSTAL LABRECQUE 907-753-5578 or email Crystal.D.Labrecque@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9096fdf7e3f62389167c896a103434b&tab=core&_cview=1)
- Place of Performance
- Address: Elmendorf AFB, Alaska, United States
- Record
- SN01698933-W 20081102/081031214401-a9096fdf7e3f62389167c896a103434b (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 |