SOLICITATION NOTICE
Y -- Small Business, HUBZone Set-Aside TFI Predator Beddown FTU / LRE SiteSouthern California Logistics Airport, Victorville, CA163D Reconnaissance Wing, March ARB, CA.
- Notice Date
- 3/23/2010
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA10R9001
- Response Due
- 5/7/2010
- Archive Date
- 7/6/2010
- Point of Contact
- LORI ROWE, 805-594-6382
- E-Mail Address
-
USPFO for California
(lori.a.rowe@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Solicitation No. W912LA-10-R-9001, TFI Predator Beddown FTU / LRE Site Southern California Logistics Airport, Victorville, CA 163D Reconnaissance Wing, March ARB, CA. The North American Industry Classification (NAICS) Code is 236220 and the Size Standard for Small Business is $33.5M average annual revenue for the past three years. Project magnitude is between $5M and $10M. A single award is contemplated. Basic Line Items: 0001 Base Line Item for Hangar The facility consists of an approximately 626 SM (17,500 SF) pre-engineered metal building with approximately 11,500 SF of hangar space and a separate approximately 6,000 SF lean to structure housing shop and office/support areas. The roof is a standing seam type with gutters and downspouts draining to the ground. This facility will provide support for the Predator Flight Training Unit (FTU) operations and a training base for the Launch and Recovery Element (LRE) operations. The building is located at the Southern California Logistics Airport in Victorville, CA. The site is located adjacent to an existing taxiway and will provide direct access from the hangar to the airfield with an addition of an aircraft apron and replacement of an existing taxiway. Options in order of priority: 1.Dry Shake Hardener on Hangar and Shop Floors 2.Translucent Panels 3.Asphalt Pavements at GDT/GCS Area 4.Restroom Lockers 5.Interior Windows Between Hangar and Support Areas 6.Concrete instead of Asphalt Sidewalks 7.Chain Link Fencing from South of Driveway to Flight Check 8.Dumpster Enclosure 9.Electrically Operated Instead of Manual Overhead Door Operator The following general evaluation factors shall be tailored to this requirement: The evaluation factors are Past Performance and Price. The relative importance of the evaluation factors that will affect the contract award are as follows: Past performance is approximately equal to price. Past performance questionaires and other data shall be used to determine Past Performance evaluation; relevancy is determined by similarity of the hangar construction method, 75,000 sq ft in size; project scope; cost magnitude, and complexity of work performed to those required for the proposed effort. The Government may also consider similarity of the client type-Air National Guard and/or the projects sustainability requirements, United States Green Building Council (USGBC) LEED for ANG The location at which work was performed to the location(s) at which work will be performed may also be considered. Trends in performance will be considered. The resultant Solicitation shall be linked to this advertisement in Fed Biz Opps. POCs for this solicitation are: Crystal Rossman (951) 655-5461 crystal.rossman@ang.af.mil or Lori Rowe (805) 986-7970 lori.rowe@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA10R9001/listing.html)
- Place of Performance
- Address: 163rd Base Contracting Office 1620 Graeber St, Ste 1 March ARB CA
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN02099332-W 20100325/100323234807-364a7b26f280393406076bb142e4a14f (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 |