MODIFICATION
Y -- Design and Construct a Consolidated Communications Facility at Dover Air Force Base, Dover, Delaware - Amendment 2
- Notice Date
- 7/22/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-R-0037
- Response Due
- 7/30/2010
- Archive Date
- 9/28/2010
- Point of Contact
- Michelle L. Johnson, Phone: 2156566774
- E-Mail Address
-
Michelle.L.Johnson@usace.army.mil
(Michelle.L.Johnson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment No. 0002 The base bid consists of construction of a new Consolidated Communications Facility at Dover Air Force Base, Dover, Delaware along with demolition of the existing facility and associated site work. The single story structure is approximately 32,293 square feet and is needed to house the Network Control Center and Telephone Switch. Other spaces include a communications security vault, base records management, administration and engineering, server room, classified/unclassified networks, computer training classrooms, land mobile radio and administrative offices. The project will also have three (3) options. Option 1 is for Enhanced Commissioning, Option 2 is to demolish Building 136, and Option 3 is to demolish Building 439. Award will be made using best value source selection procedures. The evaluation factors listed in descending order of importance are: Factor 1 - Technical (which will include subfactors for Quality of Building Systems and Materials and Sustainability Requirements), Factor 2 Performance Risk (which will have subfactors for Specialized Experience, Design-Build Team, Summary Schedule, Organization/Technical Approach, and Key Personnel Capabilities and Experience), Factor 3 Past Performance, Factor 4Price, and Factor 5 Small Business Participation Plan. NOTE: The relative importance of factors and sub-factors will be listed in detail in the solicitation. All evaluation factors other than price, when combined, are significantly more important than price; however price will contribute substantially to the selection decision. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer who submitted 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 small business size standard is $33.5 million. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. Issue date for the Request for Proposals is on or about June 30, 2010 with proposals due by 2:00 pm, local time, on or about July 30, 2010. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractors responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Also, any contractor who receives a federal contract of $100,000.00 is required by legislation to comply with VETS-100 annual reporting prior to award. Reporting information may be obtained by calling 301-306-6752 or by accessing the internet website at http://vets100.vets.dol.gov. Liquidated Damages will be specified. Davis Bacon rates will be applicable. Bonding and insurance is a 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 solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This procurement is advertised as 100 % Small Business Set-Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0037/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02214541-W 20100724/100722234952-439197fa35ee8671ddced16c6c1af965 (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 |