SOLICITATION NOTICE
Z -- C5 FUEL CELL FACILITY
- Notice Date
- 11/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818
- ZIP Code
- 26201-8818
- Solicitation Number
- W912L8-08-R-0001
- Response Due
- 1/22/2008
- Archive Date
- 3/22/2008
- Point of Contact
- Jackie Gibson, Use email below
- E-Mail Address
-
Email your questions to USPFO for West Virginia
(p&cwv@wv.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The West Virginia Air National Guard located at Martinsburg WV and the USPFO for West Virginia intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for the design and construction (design-build) of Project # PJVY 009074 C5 Fuel Cell Facility. The project is to provide design and construction of a Fuel Cell Hangar of 80,698 SF to include a clear span hangar area to fully house a C-5 airframe, shop space and administrative area to support the repair and maintenance o f C-5 fuel cells. Building will be of permanent construction, steel frame with concrete caissons foundation, CMU for 10 entire perimeter wall and structural steel insulated meal wall panel with standing seam metal roof. Hangar shall have a tempered ventil ations system to support fuel cell repair, separate breathing air and shop air system plumbing system complete with oil water separator, concrete floor with designated jacking points, electrical system, high expansion foam fire suppression system, fire det ection system and equipment. Supporting facilities include land clearing, airfield paving, fencing, parking lot, general site improvements and extension of utilities to service the project. Building will match construction of existing hangars on site. F orce Protection (physical security) measures will be incorporated into the design including maximum standoff distance from roads, parking areas, and vehicle unloading areas. All construction will be ADA compliant. Air conditioning will be installed in th e administrative area and also for the ventilation system for the fuel cells. Design and construction shall comply with the specifications and requirements contained in the RFP. The anticipated contract performance period for design and construction is 540 calendar days after receipt of Notice to Proceed (NTP). Magnitude of the project is between $10,000,000.00 and $25,000,000.00. This procurement is being solicited using the two-phase design build selection procedures authorized by FAR 36.3. The Phase One solicitation issue date is on/about 12 December 2007. Phase One proposal closing date is on/about 22 January 2008. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3. Phase One evaluation factors inclu de, but are not limited to the offeror and offerors team past performance, basic technical approach and capability information. Price is not required with Phase One proposals. Following the review, evaluation, and rating of these proposals, the Government intends to select a minimum of two, but not more than five, of the highest rated contractors to advance to Phase Two. The Phase Two evaluation factors include but are not limited to, Price, Technical Data Requirements, Management Plans and a comprehensive Design and Construction Schedule. Award will be unrestricted and is being made pursuant to the Small Business Competitiveness Demonstration Program (Ref: FAR 19.10). The HUBZone preference in accordance with FAR 19.1307 applies. The North American Indust ry Classification System (NAICS) Code is 236220 and the Size Standard for Small Businesses is $31.0 million. A Small Business subcontracting plan will be required of a large business offeror who is selected to propose in Phase Two and must be submitted wi th the Phase Two offer. There will be a Pre-proposal Conference on/about 8 January 2008. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will fol low the pre-proposal conference. The solicitation package will be issued via the web only at http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.cc r.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. At the time the Phase Two solicitation is issued the plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www. fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contra ctors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.national guardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amen dments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. T he Government will issue no paper copies. All inquiries must be in writing via email to the addresses specified in the solicitation. All answers will be provided in writing via posting to the web.
- Place of Performance
- Address: 167th Airlift Wing, West Virginia Air National Guard 222 Sabre Jet Boulevard Martinsburg WV
- Zip Code: 25401
- Country: US
- Zip Code: 25401
- Record
- SN01446673-W 20071107/071105223630 (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 |