Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOLICITATION NOTICE

Z -- AIRCRAFT POWER SYSTEMS FACILITY, HILL AFB, UTAH

Notice Date
8/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-R-0033
 
Response Due
10/2/2007
 
Archive Date
12/1/2007
 
Small Business Set-Aside
8a Competitive
 
Description
TYPE OF AWARD: This RFP is Section 8(a) Competitive. This project is limited to Contractors whose approved Business Plan is on file with the SBA or have a bonafide office within the following States: Arizona, Colorado, Idaho, Nevada, Utah and Wyomi ng. ALL OTHER FIRMS ARE DEEMED INELIGIBLE TO SUBMIT OFFERS. Estimated Cost Range is between $5,000,000 and $10,000,000. This Procurement will be conducted under FSC CODE: Z199, SIC CODE: 1541, NAICS Code: 236210. The size standard for this code is $31,000 ,000. All questions should be directed to the Contracting Specialist, Sue Nott, at (916) 557-7716, FAX: No: (91 6) 557-5278, e-mail susan.m.nott@usace.army.mil. Information about the time and location of the pre-proposal conference will be found in Sectio n 00100 of the specifications. JOB DESCRIPTION: The Contractor shall be responsible for the Design-Build of a new multi-story, medium bay (24-foot high), repair facility (approximately 2,929 Square Meter (SM) new facility with approximately 193 SM Loading Dock, totaling approximately 3,119 SM). This facility will repair a variety of aircraft power components, covering; F-16, F-15, A-10, C-130, T-38, C-17 and C-5 aircraft. The facility will have a reinforced concrete foundation/footings, engineered steel s tructural, insulated steel frame walls with partial masonry veneer, and standing seam metal roof. The project includes sustainable design using LEEDs rating system, anti-terrorism/force protection, grading, relocation/protection of utilities, utility serv ice, site improvements, fire-protection/life safety systems, handicapped accessibility, EMCS, HVAC, plumbing, mechanical systems, interior utilities, interior/exterior finishes, exterior lighting, parking signage, and all necessary interior/exterior featur es. Facility is also for LEAN design considerations, to allow for layout flexibility. Work includes grading, relocation /protection of utilities, utility service connections and runs, dire-protection/life safety systems, handicapped accessibility (if app licable) EMCS, HVAC, all necessary conduits and cabling (including exterior communication cabling), plumbing, mechanical systems, IDS, interior utilities, interior/exterior finishes, exterior security lighting, accesses around the structures, signage and a ll necessary features (interior and exterior) to yield a safe, complete and useable facility/complex for its intended use. The Contractor shall develop and complete the design and construct the facilities. The Contractor may be required to perform any nec essary geotechnical investigation yielding a geotechnical report that shall be used as a basis for design. All PROPOSALS will be due on or about 2 October 2007 after issuance of solicitation. The acquisition method is negotiated procurement. A technical a nd price proposal will be required. Evaluation by the Government will result in selection of a firm that represents the best value to the Government by utilizing Trade-Off Source Selection procedures. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIAT ION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The Request for Proposals (RFP) will be issued on or about 23 August 2007. Plans and specifications will NOT b e provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedTeDS. Access to the RFP documents on the FedTeDS website will be via a hyperlink. The hype rlink will be inserted into the notices for this acquisition posted on both the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil/asfi/) and the FedBizOpps website (www.fbo.gov) once the RFP is issued. The hyper-link will not appea r as a website address, but text as follows: Available online via the FedTeDs (Federal Technical Data Solution) website. Viewing/downloading documents from F edTeDS will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you will also be required to register in FedTeDS (www.fedteds.gov) before accessing the RFP documents. To register, click k on th e Register with FedTeDS hyperlink, then select the Begin Vendor/Contractor Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage C ode; Telephone Number; and E-mail Address. Once registered with FedTeDS, interested parties will then be able to utilize the posted hyperlink to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTeDS is not searchable by any other means. Please note that ALL contractors who want to register with FedTeDS must be CCR registered a d have a MPIN, DUNS number or Cage code. For further information, please click on the FedTeDS homepage links; FAQs, Vendor User Guide, and FedTeDS Help. For additional assistance with the FedTeDS website, contact the Ogden Electronic Business (EB) Operat ions Support Team (OST) at 866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (subject: FedTeDS Assistance). The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, yo u will click on the REGISTER AS INTERESTED VENDOR on the right side at the bottom of the announcement to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your c ategory in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prim/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES T O THE SOLICITATION.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01364798-W 20070809/070807222153 (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.