Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2007 FBO #1868
MODIFICATION

Y -- Design Build Weapons Systems Trainer (WST) Flight Simulator at the Little Rock Air Force Base, Arkansas Unrestricted with HUBZONE PRICE PREFERENCE

Notice Date
1/5/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S07R6002
 
Response Due
2/16/2007
 
Archive Date
4/17/2007
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION Notice: This solicitation will be a FULL AND OPEN COMPETITION with HUBZONE PRICE PREFERENCE for the U.S. Army Corps of Engineers (Little Rock District) for a one-phase Design-Build Construction Service, to include (but not limited to) planning, design, and the construction of a C-130 Weapons System Trainer (WST) Flight Simulator facilities located within the boundaries of our military customers at the Little Rock Air Force Base, Pulaski County, Arkansas. SCOPE OF WORK: The contract includes the design and construction of C-130 Weapons System Trainer (WST) Flight Simulator facilities. This contract shall include all management, supervision, labor, materials, and equipment necessary to provide a complete an d functional facility. Design and Construct a training facility to house a C-130 Weapons System Trainer (WST) Flight Simulator for C-130 cockpit crew training. The facility will accommodate 93 people to include instructors, students, maintenance personne l, and Air Force personnel. The facility shall be a single story structure with a high bay to house the WST. The facility shall provide space for a WST bay, WST hydraulic room, WST computer room, secure and non-secure classrooms, instructors area, brief /debrief rooms, maintenance area, office/administrative space, restrooms, janitors closet, communications room, electrical room, and mechanical room. The simulator facility design shall allow for easy expansion of the WST High Bay for installation of an additional motion-base simulator and support rooms. The base bid facility is set at 7,455 square feet. Floor plans and elevations will be provided as part of the RFP document. The facility shall be designed to qualify with a United States Green Building Council LEED? NC Certified level rating. The project also includes construction of new access roads, installation of new utility connections, relocation of existing utility features, and installation of Anti-Terrorism/Force Protection (ATFP) measures, and harvesting trees to accommodate the new facility. Floor plans and elevations are included in the RFP and no drawings are required as a part of the proposal. CONTRACT INFORMATION: This solicitation will be evaluated under the One-Phase Design Build Process. The process consists in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. Interested firms or joint venture en tities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the proposals, in accordance with the criteria described for in Sections 00110 and 00120 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal i s determined to represent the overall best value to the Government, considering technical-design quality, experience, past performance capability, and cost. The following evaluation criteria listed are proposed as follows: (Construction Team Experience)  Past Performance; Quality Control; Qualification of Personnel; Major Subcontractors and Experience; (Design Team Experience) Past Performance; Qualification of Personnel; QC Process, Staff-Structure and Experience; CADD Capability; (Project Organization a nd Management Plans) Control of Time and Cost Growth; Management Strategy; (Project Schedule); and (Subcontracting Plans) Large Business Only; and (Price): Price. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $31.0 Million. The magnitude of the project is between $1 million to $5 million. The Government will conduct a Pre-Proposal Conference, 18 January 2006, details regarding the Conference are provided in the solicitation, Section 000100. The solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and specifications will not be provided in a hard paper cop y. 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 Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related in formation for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Co ntractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/start.n sf/frm.vendorlogin?openform&SolicitationNumber=W9127S-07-R-6002 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 must be registered with t he Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. You are advised that FedTeDS currently does not have a Plan Holders List capability, but is available on the FedBizOpps website titled INTERESTED VENDORS. Therefore, offerors are encouraged visit and REGISTER AS INTERESTED VENDOR on http://www.fedbizopps.gov/spg/USA/COE/index.html OR https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm to link to the planholders list and obtain general information. You will not be able to download plans from this site; however it will provide a line to the file on FedTeds (you must be registered with FedTeds to download files). The contract specialist for this s olicitation will be Dudley Smith, 501-324-5720; or by e-mail at Dudley.A.Smith@us.army.mil. Download Solicitation Files from Fed-Teds only.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01206058-W 20070107/070105221249 (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.