MODIFICATION
Y -- Design and Construction of the MH-47 Aviation Maintenance Hangar, Ft. Campbell, KY
- Notice Date
- 1/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-12-R-0015
- Response Due
- 1/24/2012
- Archive Date
- 3/24/2012
- Point of Contact
- Crystal May, 502-315-6206
- E-Mail Address
-
USACE District, Louisville
(crystal.m.may@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0002 is available for download. This is a Design/Build Request for Proposal for Design and Construction of the MH-47 Aviation Maintenance Hangar at Fort Campbell, KY. The project consists of designing and constructing an MH-47 aviation maintenance hangar including maintenance bays, shops, company administration, platoon offices, aviation operations, locker room and storage areas (approximately 104,900 SF). A 90% civil site design and electrical supply design will be provided. The project will include an MH-47 parking ramp, C-17 unloading ramp, existing TACAN relocation, information systems, fire protection/alarm systems, Energy Monitoring and Control Systems (EMCS) connection, protected distribution system (PDS), intrusion detection, surveillance, and electronic access control. Supporting facilities will include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), lighting, parking, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. The project will include construction of the new electrical power supply from an existing substation. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) "Silver". Access for persons with disabilities will be provided. Comprehensive building and furnishings related interior design and audio visual design services are included. This solicitation is a Request for Proposal (RFP). THIS IS AN UNRESTRICTED PROCUREMENT. The estimated price range is $25,000,000 to $100,000,000. Contract duration is 670 days. The proposals will be evaluated using a best value source selection process. The selection process will evaluate such factors as Prime Contractor Experience, Prime Contractor Past Performance, Technical Approach, Management, and Safety. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are more important than price. The North American Industry Classification (NAICS) Code is 236220, with a Size Standard of $33.5 M. The technical information contained in the proposal will be reviewed, evaluated, and rated by the Government. A construction cost limitation will be provided with the technical requirements package. The Solicitation package will provide a complete Design/Build Request for Proposal prescribing the criteria for the subject facility. The approximate issue date is 28 November 2011. The approximate due date for proposals is 17 January 2012. A pre-proposal conference has been tentatively scheduled for 13 December 2011. The Solicitation will be available by download from the Internet only. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FBO website by download only. Prior to submission of proposals all contractors must have an active registration in the Central Contractor Registration (CCR) database. To register or update information go to http://www.ccr.gov. Questions may be addressed to crystal.m.may@usace.army.mil. This announcement serves as the advance notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0015/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Record
- SN02654650-W 20120115/120113234532-493935f0975aa0ba68b2f6e0f0366969 (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 |