MODIFICATION
Y -- Two-Phase Design Build Flight Line Fire Station, Edwards AFB, CA
- Notice Date
- 5/31/2017
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-17-R-0009
- Archive Date
- 8/3/2017
- Point of Contact
- Lucia A. Carvajal, Phone: 2134523240
- E-Mail Address
-
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RFP No. W912PL-17-R-0009 Description of Work: The project is located on an airfield, access is controlled and airfield requirements will be in effect. This project is a two-phase design-build solicitation. The U.S. Army Corps of Engineers has been tasked to solicit and award a Design Build contract for a new Flight Line Fire Station at Edwards AFB, CA, to include furnishing all equipment and materials and performing all labor and supervision. This project will design and construct an approximately 5,085 SM single story satellite Fire Station with an attached single story Chemical Storage Room at Edwards Air Force Base. The project site development will include, but not limited to, site layout and grading, pavements for vehicle and fire apparatus access, site drainage system, reinforced cast-in-place concrete foundation, and relocation of existing groundwater monitoring wells. Proposals will be evaluated in Phase-one to determine which offerors (maximum of five) will be down-selected to submit proposals for Phase-two. An amendment will be issued to those selected offerors providing the detailed project performance requirements package (Phase-two). Evaluation Factors for Phase-one consist of Past Performance Prime Construction Contractor and Past Performance Lead Design Firm, and Management Plan. Phase-one does not involve pricing submission. Evaluation Factors for Phase-two consist of Technical Solution, Key Personnel and Small Business Participation Plan. A Price Proposal is required in Phase-two. Phase-one and Phase-two evaluation ratings will be used to determine the most advantageous proposal to the Government. Basis of award is Best Value "Trade-off." Award of the Design-Build contract will be made to one of the five firms, which, in the judgment of the Contracting Officer, provides the best combination of design features and cost/price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make award to other than the lowest price offeror, price and other factors considered. Please note: the Price Evaluation Preference for HUBZone Small Business Concerns will be applied to this procurement in accordance with FAR 19.1307(b) and FAR 52.219-4. The estimated magnitude of construction is $10,000,000.00 - $25,000,000.00. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package during Phase-two of the solicitation. The solicitation will be available on or about June 15th, 2017. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov 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. It is the responsibility of the contractor 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. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-R-0009/listing.html)
- Place of Performance
- Address: Edwards Air Force Base, Edwards, California, 93523, United States
- Zip Code: 93523
- Zip Code: 93523
- Record
- SN04527914-W 20170602/170601000144-f066c5a4e6d7a9093fb3bb7310b5fbd6 (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 |