Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOLICITATION NOTICE

Y -- Design Build, of the C-130J Flight Simulator Addition 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-6001
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
Document Type: Pre-Solicitation Notice Solicitation Number: W9127S-13-R-6001 Classification Code: Y Set Aside: Service Disabled Veteran Owned Small Business (SDVOSB) Title: Design Build, of the C-130J Flight Simulator Addition Construction project at Little Rock AFB, AR. Media: Federal Business Opportunities www.fbo.gov Estimated Construction Range IAW with FAR 36: $1M -5M NAICS Code: 236220 Federal Service 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 high-bay, Weapons System Trainer (WST), addition to existing flight simulator facility 1231. Addition to mirror existing facility architecture and include concrete footings and slab on grade, structural steel frame, standing seam metal roof, brick exterior walls, fire protection/ suppression. Support areas include classrooms, briefing rooms, secure rooms, offices, restrooms, storage, communications equipment room, electrical/hydraulic/mechanical room, and circulation. Site work includes special foundations, asphalt access roadway, concrete walkways, and 21 parking spaces. Force protection measures to be incorporated IAW DoD and USAF Installation Force Protection standards and Leadership in Energy and Environmental Design (LEED) standards. The project will be designed and certified to the LEED Silver in accordance with the U.S. Green Building Council (USGBC) program requirements. 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 $1M -5M. 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 issuance date is on or about [18 Oct 2012], and the estimated proposal due date will be on or about [19 Nov 2012]. 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. 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-6001/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02907307-W 20121005/121003234155-fd42b38eac7509b581552290ae6e5245 (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.