Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

Y -- General Support Aviation Battalion (GSAB) Hangar (FTW357), Fort Wainwright, Alaska

Notice Date
6/30/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-R-0010
 
Point of Contact
Donna West, Phone: 907-753-2761
 
E-Mail Address
Donna.L.West@usace.army.mil
(Donna.L.West@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, unrestricted Request for Proposal for design and construction of a General Support Aviation Battalion (GSAB) Hangar on Fort Wainwright, Alaska. The cost limitation for the anticipated contract is $97.5M. The resulting contract will be firm-fixed priced. The procurement will be conducted using two-phase source selection procedures and the award will be based on the best value to the Government considering the price and non-price factors cited in this announcement and the solicitation. Phase 1 of the acquisition will be an evaluation of Offeror performance capability proposals. The Government will evaluate the performance capability proposals and select no more than three (3) offerors to be invited to participate in Phase 2. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval and may be incrementally funded. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in CCR and ORCA http://orca.bpn.gov. Joint Ventures demonstrating the necessary qualifications will be considered and are encouraged. Joint ventures must be registered in CCR and ORCA as the joint venture. Offerors are advised to 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). Call 1-888-227-2423 for CCR information or visit the CCR website at https://www.bpn.gov NAICS Code of Acquisition: 236220. The Small Business size standard is $33,500,000.00. Anticipated NTP: Spring 2012 with a 690 calendar-day period of performance. PROJECT TITLE: "General Support Aviation Battalion (GSAB) Hangar (FTW357), Aviation Task Force Phase 3A, Fort Wainwright, AK." (1) PROJECT INFORMATION: Design and construct a standard design 158,834 SF Aircraft Maintenance Hangar, to include installation of Intrusion Detection Systems (IDS), Mass Notification Systems, Energy Monitoring and Control Systems (EMCS), Special Foundations, fire protection and alarm systems, and Building Information Systems. Supporting facilities include paving, walks, curbs and gutters, parking, erosion control and storm drainage, site grading and contouring, fire protection water line, and information systems. Antiterrorism measures for buildings will be provided. Access for individuals with disabilities will be provided. Comprehensive building and interior design services are required. Water, steam, condensate, sewer and power for the facility will be constructed under the Fort Wainwright utilities privatization contract. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Facility must meet LEED Silver. This project is already registered with the US Green Building Council under LEED-NC Version 3. The contractor will be responsible for assigning a LEED Accredited Professional to track LEED planning, performance and documentation for each LEED credit through construction closeout. Maximum period of performance 690 calendar days; however, a fast track schedule is encouraged. The Davis-Bacon Act will apply. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: (a) Phase 1 (Four Factors): 1) Specialized Experience, 2) Past Performance, 3) Organization and 4) Technical Approach and (b) Phase 2 (Three Factors): 1) Design Technical (Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design; and Building Energy Performance, Sustainability and LEED Requirements), 2) Remaining Performance Capability Proposal (Proposed Contract Duration and Summary Schedule and Utilization of Small Business Concerns), and 3) Price and Pro Forma Information. The Government considers the overall non-price rating to be significantly more important than price. (3) OBTAINING THE SOLICITATION: The Phase 1 solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 15 July 2011, at the Federal Business Opportunities website at http://www.fbo.gov/. Enter this solicitation number (W911KB-11-R-0010) in the "Keywords/SOL#:" dialogue box. Any future amendments to the Phase 1 solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0010/listing.html)
 
Place of Performance
Address: Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN02487307-W 20110702/110630235727-25a95f6ab558eea58c83cbe493c0be42 (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.