SOLICITATION NOTICE
Y -- THIS IS NOT A REQUEST FOR PROPOSALS: This special notice invites interested contractors to participate in an Industry Day for the Main Base Runway Replacement at Edwards AFB, CA.
- Notice Date
- 2/16/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-05-R-0004
- Response Due
- 6/2/2005
- Archive Date
- 8/1/2005
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W912PL-05-R-0004 Title: (Special Notice) Main Base Runway Replacement Location: Edwards AFB, CA Price Range: $25,000,000 - $100,000,000 Media: Web This special notice invites interested contractors to participate in an INDUSTRY DAY for the Main Base Runway Replacement at Edwards AFB, CA. Purpose of this Industry Day: 1. To provide industry an information presentation on the Runway MILCON Project to describe the scope of work, requirements, schedule. 2. To request from industry their perception and ideas on what they need to see in the Request for Proposals for (a) material investigation (b) geotechnical information (c) design details to provide a good cost proposal. This Special Notice does not constitute a Request for Proposals. This is a Two-Phase Design-Build procurement. Issuance of the solicitation for Phase One is TBD. Issuance of the solicitation for Phase Two is TBD. This project is subject to availabil ity of funds. The project is located on an airfieldaccess is controlled and airfield requirement will be in effect. This project is a Best Value, two-phase design-build solicitation. The detailed project performance requirements for this project will be included in th e Requests for Proposals (RFP) package (phase-two). The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree on design flexibility while meeting certain specific project requirements. The successful Contra ctor must design and construct complete and useable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Phase I is the pre-selection phase (this phase does not include the submission of a price proposal). Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two and an amendment will be issued to those selected offerors (minimum of three, maximum of five). Selection of offerors for involvement in Phase two w ill be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of Phase Two of the Request for Proposals. A maximum of five offerors will be invited to participate in the second phase. Phase 2 proposal ratings will be used to determine the most advantageous proposal to the Government. Award of the Design-Build contract will be made to one of the five firms, which, in the judgment of the Contracting Offi cer, 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 of equal importance. The Government reserves the right to make award to o ther than the lowest price offeror, price and other factors considered. PROJECT DESCRIPTION: This project is to construct a temporary 220 ft x 12000 ft asphalt runway with associated taxiway connectors 2,500 feet from the existing main runway; to demolish the existing main runway at Edwards Air Force Base, California and to c onstruct a new 300 ft x 15,000 ft concrete runway. Both runways must be capable of supporting large aircraft, including the B-2, B-52 and 747. New temporary runway: 260,00 SM = 2,800,000 SF; Replace existing runway: 390,335 SM = 4,200,000 SF. REQUIREMENT: Edwards Air Force Base requires a runway that can safely support a wide range of aircraft test operations, including launch and recovery of prototype aircraft, heavy aircraft operations to include the B-1, B-2, B-52, KC-135, 747, and various forms of failure testing as well as recovery and transport of the NASA Space Shuttle. Construction of a temporary runway is needed to allow transfer of all flight operations from the existing runway during construction. Missions that require a 15,000 ft r unway include refused take-off testing of heavy aircraft, wet brake testing of heavy aircraft, hot weather operatio ns of specific aircraft such as the T-38, and recovery of the NASA Space Shuttle. CURRENT SITUATION: The main base runway which supports almost every flight operation at Edwards Air Force Base is nearly 50 years old an is rapidly degrading as a result of alkali-silica reaction (ASR), a reaction between the cement and the aggregate that creates cracking, scaling and spalling of the concrete. Increased sweeper operations and Foreign Object Debris (FOD) walks are necessary to eliminate concrete chunks several inches across that are routinely discovered. Emergency FOD repairs have forced runway closures affecting 10 to 15 flights for each closure. Pavement Conditions Index (PCI) numbers are dropping rapidly, which is indicative of pavements nearing the end of their useful life. The runway will soon fail functionally and will no longer b e safe for aircraft operations. In early FY03 the runway was evaluated by a tri-service team of experts who rated the pavement conditions along with the centerline as MARGINAL, with potions predicted to be UNSATISFACTORY within the next year. Functional failure of the runway is expected in 2008. No other runways at Edwards AFB can safely support the current and projected test operations without significant test mission delays. Temporary relocation of these missions is not feasible. However, many of the current and planned test missions can be supported by a new temporary runway. The estimated cost of this project is from $75,000,000 $125,000,000. Phase I evaluations may be based on the contractors past performance, to include the design firm; contractors organization; contractors specialized experience on similar type work; contractors capability, to include key personnel qualifications and experience; past performance on utilization of Small Business Concerns; preliminary quality control plans and safety program; a narrative addressing the technical approach; and a narrativ e addressing the process approach. Phase II evaluations are anticipated to be based on, but may not be limited to, such items as pavement design; narrative/technical solutions, to include disciplines such as civil, pavement engineering, structural, elect rical; to include innovation and efficiency; proposed management plan; proposed quality control plan for design and construction; a preliminary schedule; and phasing approach. SPECIAL INSTRUCTIONS FOR PARTICIPATION IN INDUSTRY DAY: Please contact Mr. Kenneth Crawford or Mr. Edgar Mendoza, Base CE Project Management Office, for additional information regarding security requirements, base admission, and your firms participation in Industry Day. In addition, no more than 3 visitors p er firm will be permitted. No exceptions will be made. Please ensure that all personnel are aware of these restrictions. Main Base Runway Replacement Industry Day: Date: 10 March 2005, Thursday Time: 10:00 AM Place: Conference Center, Building 5620, Galaxy Room Farrell Drive, Edwards AFB, CA POC: Kenneth Crawford Phone: 661-277-3509 Cell: 661-810-6604 Email: Kenneth.crawford@edwards.af.mil Edgar Mendoza Phone: 661-277-0611 Cell: 661-810-4508 Email: edgar.mendoza@edwards.af.mil Requirements for Base Access: Please submit the following information for each individual attending: Name of Company First, MI, Last Name and last four of SSN Date and Place of Birth; Citizenship; Drivers license # and state. Submit information NLT 12:00 (PT), Friday, 4 March 05, by email to above addresses. Directions to the Conference Center: Enter Edwards AFB through the West Gate, on Rosamond Blvd coming from Rosamond off Highway 14. Stop at West Gate to receive pass. Proceed from West Gate east on Rosamond Blvd 3.0 miles, turn left on Forbes Ave towa rd Housing and Schools. Drive 1.5 miles on Forbes and turn right on Candlewood Ave (after Clinic and before the Fire Station on the left). Proceed 0.5 miles on Candlewood (which becomes Yucca Dr) to Farrell Dr. A sign points to the Conference Center.
- Place of Performance
- Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Country: US
- Zip Code: 90053-2325
- Record
- SN00753062-W 20050218/050217080423 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |