Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2014 FBO #4772
MODIFICATION

Y -- Design-Build project to support the Joint Strike Fighter (JSF) F-35A aircraft and is located at Nellis AFB, NV.

Notice Date
12/16/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-15-S-0002
 
Response Due
12/30/2014
 
Archive Date
2/14/2015
 
Point of Contact
Sandy Oquita, (213)452-3249
 
E-Mail Address
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement, a market survey for information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) and/or to proceed with full and open competition as unrestricted. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, Woman-Owned and SDVOSB businesses are highly encouraged to participate. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government will use responses to this sources sought to make an appropriate acquisition decision. The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for and potentially award a design-build project to support the Joint Strike Fighter (JSF) F-35A aircraft and is located at Nellis AFB, NV. This project will consist of design and construct a 2,068 SM aircraft hangar and a 2,125 aircraft maintenance unit (AMU) in support of the F-35 aircraft. In addition, design and construct a 1,850 AMU in support of the F-15 Strike Squadron aircraft which is being relocated under this project. All three functions shall be housed in one facility. Supporting facilities include fire detection/protection, utilities, landscaping, roads/parking, hangar apron, access roads and parking pavements, lighting and markings, high expansion fire protection system, communications support, demolition of one facility (1,850 SM), temporary facilities during construction and all other necessary support. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01 and be certified LEED Silver. The proposed project will be a Negotiated Procurement using the Best Value Trade-Off process in accordance with FAR Part 15.101-1, quote mark Tradeoff Process quote mark to result in a competitive, firm-fixed price contract. The results and analysis of the market research will determine the acquisition decision. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $10,000,000.00 - $25,000,000.00. Estimated duration of the project is 720 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 236220 -- Commercial and Institutional Building Construction. The Small Business Size Standard is $33,500,000.00. Classification Code: Y -- Construction of structures and facilities. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 20% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they will need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Firms' response to this synopsis shall be limited to 5 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work provided above (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. 4. Firm's Business size (Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Ventures (existing and potential, if applicable) including mentor-prot g and teaming arrangement information. 6. Firm's Bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firms shall respond to this Sources Sought synopsis by fax, email or regular mail no later than 30 December 2014 by 10:00 am. (PST). All interested firms must be registered in CCR (Central Contractor Registration) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1400, ATTN: Sandy Oquita, CESPL-CT-E, Los Angeles, CA 90017, (213) 452-3249. The email address is: sandra.oquita@usace.army.mil. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN03597490-W 20141218/141216234725-3873d33fe1369bc103d1f0d76955242c (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.