MODIFICATION
Y -- Design and Construction of the Unmanned Aerial System (UAS) Hangar Complex, Ft. Campbell, Kentucky
- Notice Date
- 2/14/2012
- 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-0019
- Response Due
- 2/28/2012
- Archive Date
- 4/28/2012
- 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 0004 is available for download. This is a Design/Build Request for Proposal for Design and Construction of the Unmanned Aerial System (UAS) Hangar Complex at Fort Campbell, KY. The project consists of design and construction of an Unmanned Aerial System (UAS) Hangar Complex to include a 133,000 SF standard design operations and maintenance hangar, 17,000 company operations facility with 3,000 SF covered hardstand, runway extension, taxiways, taxiway extension, apron, ramp, aircraft run-up area, and 1,500 SF remote switching station. Work also includes building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring and Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Heating and air conditioning will be provided by self-contained systems. Antiterrorism and Force Protection measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as required. Air Conditioning (Estimated 171 Tons). 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 Relevant Experience, Confidence in 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 15 December 2011. The approximate due date for proposals is 07 February 2012. A pre-proposal conference has been tentatively scheduled for 10 January 2012. 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-0019/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02675307-W 20120216/120215000218-32bdf0376aec0bb87a1dc75493825165 (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 |