Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2009 FBO #2686
SOLICITATION NOTICE

Y -- Synopsis for the Construction of an Avionics Facility at Robins Air Force Base, GA

Notice Date
4/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0012
 
Archive Date
5/31/2010
 
Point of Contact
Angela D. Hodges,, Phone: 9126525162, Terrence D. Johnson,, Phone: 912-572-5072
 
E-Mail Address
angela.d.hodges@usace.army.mil, Terrence.d.johnson@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
One Phase Design Build, Avionics Facility Robins AFB GA FSC: Y199 NAICS: 236220 Size Standard: $33.5M Technical Questions: Mr. Jimmy Jones, 912-652-5909 Contractual Questions: Ms. Angela Hodges, 912-652-5162 NOTE: "After completing CCR, in order to download RFP documents contractors and their subcontractors must register at www.fbo.gov. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site." No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Angela Hodges, Contract Specialist, at (912)652-5162 or via e-mail at angela.d.hodges@usace.army.mil. Description of work: Construct an avionics facility. A facility that is properly sized (approx 20,000 SF) and configured, and contains proper environmental controls is required to perform maintenance tasks on B-1B and E-8C avionics and electronic countermeasures systems and components. The facility must accommodate the maintenance of the following systems/functions: communications navigation, flight control, weapons control, sensors, electronic warfare systems, and instruments. Construction will include: Electrostatic discharge floor system. 400 hertz power stations. Reinforced concrete pier and grade beam foundation with floating slab, steel frame, masonry block exterior with brick extension, single-ply membrane metal roof, communications support, demolish two facilities, site improvements, landscaping, utilities, pavements, and all other necessary support. This project will comply with DoD antiterrorism/force protection requirements per Unified Facilities Criteria. The construction of the building includes meeting EPACT 2005 energy efficiency requirements. Also included is the administrative tracking of achievement of Leadership in Energy and Environmental Design (LEED) - Silver Level certification. A collateral part of the project includes the demolition (including asbestos and lead-based abatement) of as many as 2 existing buildings and recycling of the material. Options may be included in the contract. This solicitation is issued on an 8(a) competitive basis. COMPETITION WILL BE ELIGIBLE TO 8(a) FIRMS SERVICED BY SBA REGION IV DISTRICT OFFICES (GA, AL, NC, SC, TN, MS, FL, KY) HAVING A BONA FIDE OFFICE LOCATED REGION IV, INCLUDING GEORGIA, ALABAMA, FLORIDA, MISSISSIPPI, KENTUCKY, NORTH CAROLINA, SOUTH CAROLINA AND TENNESSEE ONLY; WHICH HAVE 236220 AMONG THEIR APPROVED NAICS. Joint Ventures are allowable on 8 (a) competitive and sole source set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations and guidelines. Any corrections and/or changes can be made only when the BDS has adequate time for thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. This proposal will be procured using One-Phase, Design-Build Selection Procedure as outlined in the Federal Acquisition Regulation (FAR) Subpart 15.101-1. Offerors are required to submit a price and technical proposal. Each proposal shall contain the offeror's best technical proposal and best price. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if held) and in making the final best value determination for award. PRICE is equal in importance to ALL TECHNICAL FACTORS when combined. Weight among technical factors: FACTOR l-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, FACTOR 1-2 PAST PERFORMANCE, FACTOR 1-3 MANAGEMENT EFFECTIVENESS are equal and more important than FACTOR 1-4 TECHNICAL APPROACH NARRATIVE. Offerors are reminded to carefully review solicitation documents and all evaluation criteria once issued, as criteria as stated in the solicitation shall govern. The estimated magnitude of this project is between $ 1,000,000.00 and $5,000,000.00. This solicitation will be issued in electronic format only. It will be available on or about 22 April 2009 on the Internet at www.fbo.gov. Notification of amendments will be through use of the Internet.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b5e90c09abf80ffb01853ee6a9f71004&tab=core&_cview=1)
 
Place of Performance
Address: Robins Air Force Base, Warner Robins, Georgia, United States
 
Record
SN01783951-W 20090404/090402220305-b5e90c09abf80ffb01853ee6a9f71004 (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.