SOLICITATION NOTICE
Y -- Design Build, the C-130J Fuel Systems Maintenance Hangar Construction project at Little Rock AFB, AR.
- Notice Date
- 10/3/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-13-R-6002
- Response Due
- 11/19/2012
- Archive Date
- 1/18/2013
- Point of Contact
- Alicia Moore, 501-340-1262
- E-Mail Address
-
USACE District, Little Rock
(alicia.m.moore@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Document Type: Pre-Solicitation Notice Solicitation: W9127S-13-R-6002 Classification Code: Y Set Aside: Unrestricted Procurement Title: Design Build, the C-130J Fuel Systems Maintenance Hangar Construction project at Little Rock AFB, AR. Media: Federal Business Opportunities www.fbo.gov Estimated Construction Range IAW with DFARS 236: $10M -25M NAICS Code: 236220 Federal Service Code (FSC Code): Y1EB SIC Code: 1542 Small Business Size Standard: $33.5M DESCRIPTION: The Scope of Work includes, but is not limited to the construction of a two bay fuels maintenance hangar with reinforced concrete drilled pier foundation and structural slab on grade. Structural steel superstructure insulated metal siding with sloped-standing seam metal roof. Dirty locker rooms and clean locker rooms with showers in between. Other personnel space includes offices training rooms and break rooms. All interior finishes, plumbing fixtures/equipment, mechanical systems, electrical equipment/distribution, communication systems, lighting systems, fire protection systems, and fuel vapor sensing, alarm and exhaust system, fall protection, wash down drainage trenches, monorail hoist system and necessary support/work associated with this project. Room for maintenance and repair of fuel tanks and bladders, room for CTK and rails. Includes pavements for 70 parking spaces, site utilities, and site improvements. Also includes demolition of two substandard B-58 Hustler nose docks, two small buildings, 50 parking spaces, move a pavilion, and movement of a de-icer storage facility. Provides temporary facility for CTK/rails until hangar is completed. Project includes minimum DoD Force Protection, Leadership in Energy and Environmental Design (LEED) standards and a storm water retention system. The project will be designed and certified to the LEED Silver in accordance with the U.S. Green Building Council (USGBC) program requirements. In addition, the project has been selected by the Air Force as a potential demonstration project for a Zero Net Energy (ZNE) facility. The following parameters will be used as the current Air Force MILCON baseline for energy compliance: - Energy Policy Act of 2005 (EPAct 2005) requirement to meet ASHRAE 90.1 2007 30% energy reduction mandate. - LEED Silver Certification. - Energy Independence and Security Act of 2007 (EISA 2007) requirements to achieve a 55% reduction in the use of fossil fuels. This is a design build project. Work shall be performed in accordance with the terms and conditions of any resultant contract. Prior to an offeror receiving an award as a result of any resulting solicitation, the offeror must be registered and have an active, valid registration in the System For Award Management (SAM) database. To obtain information on CCR, Fedreg, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov IAW FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform: at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. The Government will conduct a Pre-Proposal Conference and Site Visit; Specific details are posted in the FAR Clause 52.236-27 Section 00 72 00. The North American Industrial Classification System (NAICS) code applicable to this project is 236220, which corresponds to SIC 1542. The Small Business Size Standard is $33.5 Million. The magnitude of the project is between $10M - 25M. This project will be solicited as a two step procurement design-build. The solicitation, plans, and specifications will be made available on or about 18 Oct 2012. This solicitation and its associated information will be issued via Internet only and will not be made available in hard copy format. Notification of amendments shall be made via FedBizOpps only. It is therefore the contractor's responsibility to check the FedBizOpps address daily (www.fbo.gov) for any posted changes to this solicitation. For security and document size reasons, all technical and engineering data related to this solicitation will be distributed using the AMRDEC SAFE site. AMRDEC SAFE is a web-based dissemination tool designed to safeguard acquisition-related information for some Federal agencies. Access instructions will be provide with the Solicitation. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information on CCR, Fedreg, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov. Offerors are encouraged visit and REGISTER AS INTERESTED VENDOR on http://w ww.fedbizopps.gov/spg/USA/COE/index. You will not be able to download plans and specs from this site; however instructions on how and where to download the specs and drawings from the AMRDEC SAFE site. Offerors must provide a list of individuals and their emails from each company that will require access to the solicitation, plans, specs, and any amendments in order to have access to download from the AMRDEC SAFE site, each individual's email provided will only have access ONCE to download the necessary documents for each action created (i.e. Solicitation release, amendments etc..). The contract specialist for this solicitation will be Alicia Moore, 501-340-1262 Award will be based on overall "Best Value" to the Government. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. Anticipated solicitation for issuance date is on or about [18 Oct 2012], and the estimated proposal due date will be on or about [19 Nov 2013]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities inviting firms to register electronically to receive a copy of the solicitation when and if a solicitation is issued. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Place of Performance: Little Rock AFB, AR Country: USA Contracting Office Address: US Army Corps of Engineers-Little Rock District 700 West Capitol Ave Little Rock, AR 72203 Primary Point of Contact: Alicia Moore, alicia.m.moore@usace.army.mil Secondary Point of Contact: Darrell Montgomery darrell.montgomery@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-13-R-6002/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02907294-W 20121005/121003234146-0a747891ee5c4eb064db22c762657132 (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 |