Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2014 FBO #4527
SOLICITATION NOTICE

Y -- FY14 Unmanned Aerial Vehicle Complex (UAV) located on Fort Bliss Army Military Installation in El Paso, Texas

Notice Date
4/15/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-14-R-0019
 
Response Due
6/3/2014
 
Archive Date
7/3/2014
 
Point of Contact
Richard Feller, 817-886-1165
 
E-Mail Address
USACE District, Fort Worth
(richard.feller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation. A solicitation will be issued at a later date. Pre-solicitation/Synopsis Notice: FY14 Unmanned Aerial Vehicle Complex (UAV) located on Fort Bliss Army Military Installation in El Paso, Texas. This construction contract will be procured through a Request for Proposal using FAR 15, Negotiated Procurement using quote mark Lowest Price, Technically Acceptable process as an UNRESTRICTED procurement for competition. The project includes to construct an Unmanned Aerial Systems (UAS) launch and recovery complex within restricted airspace. Primary facilities include Standard Design Unmanned Aerial Vehicle (UAV) Maintenance Hangar with associated maintenance shops, administrative space, storage space, 5-ton bridge crane, oil/water separator, aircraft container and forklift storage, UAV runway, taxiway, access apron, oil and hazardous waste storage buildings, vehicle storage facilities, and overhead protection/canopy. Intrusion Detection System (IDS) installation, Energy Monitoring and Control Systems (EMCS) connection, building information systems, and Fire protection/alarm systems, will be provided. Sustainability and energy enhancement measures are included. Supporting facilities include utilities (electrical service, water, sewer, gas), paving, walks, curbs and gutters, parking, storm drainage, landscaping, security lighting, information systems, and site improvements. Heating and cooling will be provided by self-contained systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Air Conditioning (Estimated 62 Tons) The magnitude of construction is estimated to be between $ 25 Million - $ 100 Million. The RFP is anticipated to be issued NO EARLIER THAN May 1, 2014, and proposals will be due on or about June 3, 2014. The 2007 North American Industrial Classification System (NAICS) code applicable to this project is 236220. The Product Service Code is Y1BZ. The Small Business Size Standard is $33.5 Million. After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses: Army Single Face to Industry (https://acquisition.army.mil/asfi/) OR on the Federal Business Opportunities website (www.fbo.gov ). Type in the search box the solicitation number W9126G-14-R-0019. (Do not include period in link). The use of the websites requires prior registration. Plans and specifications will NOT be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the Federal Business Opportunities website and or any other official government website for amendments to the solicitation. You must be registered with the System for Award Management (SAM), to receive a Government contract award. You may register on the SAM Website at http://www.sam.gov/. The Primary Point of Contract for this project is Mr. Richard D. Feller, Contract Specialist, email is richard.feller@usace.army.mil. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the Federal Business Opportunities Website address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation. Further, all potential offerors are also encouraged to visit the Army Single Face to Industry website to view other official business opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-14-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN03339135-W 20140417/140415234936-177172a53d986a25f918597be0dd0148 (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.