Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOLICITATION NOTICE

Y -- Aircraft Maintenance Complex, Laughlin Air Force Base, Del Rio, Texas

Notice Date
1/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0021
 
Response Due
3/1/2006
 
Archive Date
4/30/2006
 
Small Business Set-Aside
N/A
 
Description
FY06, PN MXDP053001, Aircraft Maintenance Complex, Laughlin AFB, Del Rio, Texas. The Government intends to issue a firm fixed price for the design and construction of a new 20,000 gross square foot Aircraft Operations Maintenance Complex facility at Laughlin AFB, Del Rio, Texas using a Two-Step Design Build - Best Value selection process. The facility will be located along the Laughlin AFB flight line (in place of building 204) and will consist of a masonry exterior two-story building with approximat ely 20,000 gross square feet of total space and will primarily be configured with administrative spaces on the first and training/Quality Assurance spaces on the second floor. The facility will include common areas such as administrative, a Mission Operat ions Center (MOC), stairwells, break rooms, assembly area, training rooms, Quality Assurance offices, Human Resources offices, communications room and an elevator with/mechanical room. The project will also include connecting sidewalks for pedestrian circu lation, site improvements, landscaping standoff distances and other anti-terrorism/force protection measures. Supporting utilities shall include gas, sewer, water, and underground electrical and communication services. Parking is to be provided west of S econd Street. Fire protection and alarms systems will also be provided throughout the new facility. The project includes hazardous material abatement and demolition of two facilities (buildings 204 and 215). Phasing of abatement and demolition will be r equired during design and construction. Estimated Price Range for the project is between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code applicable to this project is 236220, which corresponds to SIC 1542. The Small Business Size Standard is $31.1 Million. UNRESTRICTED Solicitation Number W9126G-06-R-0021 for this project is anticipated to be issued on or about 30 January 2006, with Step 1 proposals due on or about 1 March 2006 (unless otherwise stated in the so licitation). This is a Best Value procurement. There will be no public bid opening. It is anticipated that when combined, the technical evaluation factors will be more important than cost or price. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY05 Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Sma ll Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. The solicitation plans and specifications will be placed on the Internet and will be provided at no charge . Plans and specification will not be provided in a hard paper copy format unless the Government determines that it is necessary. However, the Government reserves the right to use only the Internet as notification of any changes to the solicitation. It is therefore the Contractors responsibility to check the following address daily for any posted changes to the solicitation. Contractors may view and/or download the solicitation and all amendments from the Internet address after solicitation issuance at the following address: http://ebs.swf.usace.army.mil. 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 shall register themselves on the Internet to receive a copy of this solicitation. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for t his solicitation will be Kenneth Carleton, 817-886-1084; or by e-mail at kenneth.carleton@swf.usace.army.mil - NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON IN ITIAL MAILING OF THE SOLICITATION CD-ROM.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00965731-W 20060114/060112213708 (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.