Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2009 FBO #2644
SOLICITATION NOTICE

Y -- Design/Build Project - Design and Construction of Addition/Alteration to an Army Aviation Support Facility

Notice Date
2/19/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-09-R-0001
 
Response Due
3/18/2009
 
Archive Date
5/17/2009
 
Point of Contact
Rita Carter, 410-278-8440<br />
 
Small Business Set-Aside
N/A
 
Description
The Maryland 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 # 240189, Title: Addition and Alteration to the Maryland Army Aviation Support Facility, Aberdeen (APG) Maryland. This is a design-build project to provide design and construction of an addition/alteration to the Army Aviation Support Facility (AASF), Wiede Army Airfield, Edgewood Area (EA), Aberdeen Proving Ground (APG), MD. The project requires the renovation of Bldg No. 4081 and the reconfiguration of 11,500 SF of existing facility. The project involves the conversion of the existing AASF supply area to an Aviation Life Support Equipment (ALSE) shop, a 400 SF library/classroom, a 300 SF learning center, a 100 SF audio/visual storage area and a 1,203 SF Emergency Operations Center. The renovation of the existing facility includes the pneudraulics shop (727 SF), the engine repair shop (950 SF), the electrical shop (756 SF), airframe/welding/structural shop (1,933 SF) and 3,130 SF for a facility support function. The expansion of the AASF involves the construction of a 19,769 SF addition containing expanded supply and administrative functions and the relocation of the AASF supporting physical fitness and break area functions. Supporting the supply function is a 4,175 SF loading dock covered storage area, a 1,940 SY access road and a 1,242 SY building access apron. The expansion of the AASF hangar involves the construction of 33,455 SF of heated maintenance hangar storage space and 32,755 SF unheated aircraft storage hangar space, accessed by a 7,424 SY hangar apron (rigid pavement). Completing the project is the construction of 5,333 SY of aircraft parking pads (UH-60) (rigid pavement) and 15,134 SY of taxiways (flexible pavement). Also required will be the construction of a 1,667 SY transit pad (rigid pavement). The facility infrastructure includes the design and installation of the facility water service for fire protection and domestic use, gas service, sanitary sewer connections and a storm water management system. Design and construction shall comply with the specifications and requirements contained in the RFP. There is a requirement for MDE to approve the design prior to start of construction. The anticipated contract performance period for design and construction is 1100 calendar days after receipt of Notice to Proceed (NTP). The estimated price range is between $25,000,000 and $100,000,000.00. This procurement is being solicited using the two-phase design build selection procedures authorized by FAR 36.3. The Phase One solicitation issue date is on/about March 18, 2009. Phase One proposal closing date is on/about April 17, 2009. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3. 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 with Phase One proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select a minimum of two, but not more than five, of the highest rated contractors to advance to Phase Two. The 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 Program (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 Businesses is $33.5 million. 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-proposal Conference held on March 26, 2009 at 0900 in Bldg E4081, Aberdeen Proving Ground, MD. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements for APG, MD. A site visit will follow the pre-proposal conference. Due to space limitations, anyone interested in attending the pre-proposal conference/site visit should respond to rita.carter2@us.army.mil no later than March 24, 2009. The solicitation package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web at the following internet site: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. At the time the Phase Two solicitation is issued the plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. Point of contact for this procurement is Ms. Rita Carter at rita.carter2@us.army.mil. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b34c98da1711e7b05a105773f848d914&tab=core&_cview=1)
 
Place of Performance
Address: Army Aviation Support Facility, Weide Army Airfield APG South APG MD<br />
Zip Code: 21010<br />
 
Record
SN01753058-W 20090221/090219215938-b34c98da1711e7b05a105773f848d914 (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.