Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2006 FBO #1678
SOLICITATION NOTICE

Y -- Predator Operations Complex, Predator Maintenance & Logistics Complex, Predator Training Facilities, and Predator Munitions Complex. Clark County Nevada.

Notice Date
6/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
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-06-R-0003
 
Response Due
8/15/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
N/A
 
Description
W912PL-06-R-0003 Construct a 40,000 SF Maintenance Hangar, a 30,000 SF 2-story Squadron OPS/AMU facility, and a 14,000 SF addition to the Ground Control Station (GCS). The hangar bay area is a 250 clear span space frame welded structure, wet-pipe fire suppression system, drive through capability, airfield paving, associated site-work, paving and utilities. The first floor of the SQ-OPS/AMU consists of maintenance bays and work areas for aircraft maintenance unit functions. The second floor is for operations personnel, m ission planning, mobility, Intel, briefing, and administrative spaces. The GCS is an addition to the FY05 GCS, consisting of a SCIF and highly sensitive, secure, complex communication center. Construct a 71,000 SF Warehouse Parts Store/Casket Storage Buil ding, a 24,000 SF addition to the General Purpose Maintenance Facility (GPMX) and a 24,000 SF Fuel Cell Maintenance Hangar. The Warehouse has a dry pipe fire suppression system, loading docks, exterior secured storage area, and a 2-story administration se ction. The fuel cell hangar has a wet pipe fire suppression system, airfield paving, associated site-work, paving and utilities. The GPMX is an addition the FY05 GPMX, consisting of an engine repair shop, mobility processing rooms, storage, aircraft main tenance shops, and tools rooms. Construct four 2400 SF Munitions Storage Igloos, a 6000 SF Munitions Maintenance Facility, and a 4500 SF Equipment Maintenance Facility. The storage igloos are a standard design consisting of reinforced concrete with earth covering and special blast doors. Other buildings consist of munitions build-up bays with blast wall construction, administrative and shop spaces. Construct a 16,000 SF Field Training Unit (FTU) hangar addition, a 12,000 SF Armament Shop, and an 8000 SF M aintenance Training Addition. The FTU consists of a hangar bay and associated maintenance training spaces. The armament shop consists of training rooms, administrative spaces, and maintenance and support bays. The maintenance training facility consists of a large open-bay training room. THIS IS A 100% UNRESTRICTED REQUEST FOR PROPOSAL (RFP) IDIQ, BEST VALUE  TRADE-OFF WITH HUBZONE PREFERENCE. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 0110, entitled, Sub mission Requirements and Instructions. It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. Performance Period is for 720 calendar days after Co ntract Receipt of Notice to Proceed (NTP). Please note that there are special instructions pertaining to hand delivered proposals. These special instructions can be viewed in Section 00100 of the advertised solicitation. An important notice to all potential offerors: The U.S. Army Corps of Engineers , Los Angeles has implemented a new procedure for posting solicitations. On 15 February 2006, the Electronic Bid Solicitations (EBS) system will no longer be used to post solicitations. This Solicitation No. W912PL-06-R-0003, Predator Beddown Project, Creech Air Force Base, Nevada and all amendments for this acquisition will be posted on a secure Government website known as FedTeds. Access to the solicitation documents on the FedTeds website will be via a hyperlink. The hyperlink on the notice for this acquisition posted on the FedBizOpps (FBO) website (www.fbo.gov). The hyperlink will not appear as a website address, but as text as follows: Technical Data Package (TDP) 01. Viewing/downloading documents from FedTeds will require prior registration in Central Contractor Registration (www.ccr.gov). If you a re a first time user, you will also be required to register in FedTeds (www.fedteds.gov) before accessing the solicitati on documents. To register, click on the Register with FedTeds hyperlink, then select the Begin Vendor/Contractor Registration Proc ess option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number and E-Mail Address. Once registered with FedTeds, interested parties wi ll then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on FBO. FedTeds is not searchable by any other means. Please note that ALL firms who want to access the solicitation, both prospective primes and subs will be required to be registered with FedTeds and Therefore, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE Code. For further information, please click on the links on the FedTeds homepage to FAQs, the Vendor User Guide , and FedTeds Help. For additional assistance with the FedTeds website, Please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at 866-618-5988 (toll free), 8 01-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeds Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Point of Contact: Contract Specialist: Mrs. Sandy Oquita - 213 452-3249 Email your questions to US Army Engineer District, Los Angeles, at sandra.oquita@spl01.usace.army.mil The North American Industry Classification System (NAICS) code is 236220, $31.5 M average annual gross revenue for the last three (3) fiscal years. The FSC Code is Y199. The Estimated cost range of the project is over $25,000,000.00. The solicitation wi ll be made available on or about 13 July 2006. If the awarded offeror is a large business, they will be required to submit a Sub-Contracting Plan. The Los Angeles District Sub-contracting goals are as follows: 62% with small business, 10% with small dis advantaged business, 10% with woman owned small business, 3% with Veteran-Owned small business, 3% with service disabled veteran owned small business and 3% with Hub-Zone small business. The Government intends to issue this solicitation and all amendments through the use of the Internet. No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Contractors may view/download this solicitation and all amendments from the Internet af ter the solicitation issuance at the following Internet address: http://ebs.spl.usace.army.mil. All offerors are required to check the Los Angeles District Contracting Division website to be notified of any changes to this solicitation. All Contractors are encouraged to visit the Armys Single Face to Industry website at http://www.fedbizops.gov/ to view other business opportunities across the Army. 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 https://www.ccr.dlsc.dla.mil/ccr/scripts/ccradd.asp. Any prospective offeror interested in submitting a proposal on this solicitation must register on the plan holders list. I f you are not registered, the United States Government is not responsible for providing you with notification of any changes to this solicitation. Offerors shall register themselves on the Internet. Each offeror after registering for this solicitation sh ould verify his or her name appears on the Plan Holders List for this project.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN01080418-W 20060701/060629221128 (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.