Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOLICITATION NOTICE

Y -- SOF C-130 Air Ground Equipment (AGE) Facility, Cannon Air Force Base, Curry County, NM

Notice Date
3/13/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP18R0010
 
Point of Contact
Francesca M Luna, Phone: 505-342-3453
 
E-Mail Address
francesca.m.luna@usace.army.mil
(francesca.m.luna@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOF C-130 AIR GROUND EQUIPMENT (AGE) FACILITY, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO. The proposed procurement is a Total Small Business Set-Aside, and thus competition is limited to offerors identified as small businesses under NAICS 236220, with a size standard of $36,500,000.00. The magnitude of construction for this project is $5,000,000.00 to $10,000,000.00. Bonding will be required for this acquisition. The proposed project will be a competitive, firm-fixed price, design build contract procured in accordance with FAR 15, Negotiated Procurement using a Two-Phase "Best Value" trade-off process, where Step 1 involves Pre-qualification of Offerors and Step 2 involves Request for Proposals being issued to Pre-qualified Offerors. Phase 1 Request for Proposals will be issued on or about 28 March 2018, with proposals due on or about 30 April 2018. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. CONSTRUCTION SERVICES TO BE PERFORMED under this firm fixed price contract will consist of designing and constructing a 3,100sf addition to and alteration of the existing 12,100 sf General Purpose Maintenance (GPMX) facility for the C-130 Aircraft Ground Equipment (AGE) maintenance shop. The offeror will also construct 28,500sf of covered storage areas for AGE equipment on site and on a separate forward staging site. The addition should be designed to match the existing building and new covered storage facility to match base architectural standards; concrete foundation and floor slab, steel frame, masonry walls, fire detection/suppression features, and sloped metal roof. Functional areas in addition and alteration include open bay maintenance, administrative, storage space, dispatch, etc. Supporting facilities shall include all associated utilities, site improvements, pavements, communications, and all other necessary support systems. Special site conditions include extension of existing double 8' X 3' concrete culvert and expansion of existing PCC pavement areas. Department of Defense principles for high performance and sustainable building requirements will be included in the design, development and construction of the project in accordance with Energy Policy Act of 2005 (EPAct05), Executive Orders 13123 and 13423, 10 USC 2802 (c), and other federal laws and Executive Orders. U.S. Green Building Council (USGBC) or Green Building Initiative (GBI) Department of Defense (DoD) specific third party Guiding Principal Compliance (GPC) certification will be required. Antiterrorism /force protection measures (ATFP) will be included in accordance with UFC 4-010-01, DOD Minimum Antiterrorism Standards for Buildings dated 9 February 2012. THE PROJECT will be advertised as a Two-Phase "Best Value" trade-off Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. Proposed procurement will result in a firm-fixed price contract. Questions of a technical nature should be addressed to Mr. Kevin Garey at (505) 342-3612 or e-mail at: kevin.l.garey@usace.army.mil. OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors' responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP18R0010/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, Clovis, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04852864-W 20180315/180313231534-1a3e3acde55eed38c45195a358f770a1 (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.