SOLICITATION NOTICE
Y -- F-35 Maintenance Hangar (4 Bay) & AMU, Nellis AFB, NV
- Notice Date
- 2/20/2015
- Notice Type
- Presolicitation
- 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-R-0003
- Response Due
- 4/6/2015
- Archive Date
- 5/6/2015
- 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
- The U.S. Army Corps of Engineers Los Angeles District is soliciting for award 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 an Unrestricted Procurement, Competitive, Firm-Fixed Price, Construction Contract procured in accordance with FAR 15, Negotiated Procurement using Best Value procurement procedures. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is over $25,000.000.00. Estimated duration of the project is 720 calendar days. The North American Industry Classification System code for this procurement is 236220 (Commercial and Institutional Building Construction), which has a small business size standard of $33.5 M. This Procurement will be conducted under FSC CODE: Y199 (Construction of Structures and Facilities). The solicitation will be available to interested parties on or about 6 March 2015. The acquisition will be conducted under a competitively negotiated source selection. Both a technical proposal and a price proposal will be required. Evaluation factors may consist of the following: Experience on Similar Contracts, Past Performance, Corporate/ Management Structure, Technical Approach, Methods and Procedures, Schedule, and Small Business Participation Plan. The aforementioned evaluation factors may not be all inclusive. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. This is to notify all potential offerors: Solicitation No. W912PL-15-R-0003 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD Roms, Floppy Disks, Faxes, or Paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. It is the responsibility of the offeror to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-R-0003/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN03647114-W 20150222/150220234243-6858e6c2bea4f0f4890c98beeff0739b (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 |