MODIFICATION
Y -- **********************************CORRECTED DESCRIPTION*****************************
- Notice Date
- 9/30/2013
- Notice Type
- Modification/Amendment
- 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-14-R-6000
- Response Due
- 12/23/2013
- Archive Date
- 11/29/2013
- 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
- *******************************CORRECTED DESCRIPTION******************************** Document Type: Pre-Solicitation Notice Solicitation: W9127S-14-R-6000 (previously identified as W9127S-13-R-6006) Classification Code: Y Set Aside: Unrestricted Procurement Title: Proposed Design Bid Build, the Barrier Arresting Kit (BAK) 12/14 Aircraft Arresting System construction project at Ft. Bliss TX. Media: Federal Business Opportunities www.fbo.gov Estimated Construction Range IAW with DFARS 236: $1M -5M 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 two BAK-12 equipment structures with fairlead beam foundations and two BAK-14 cable trough foundations at Runways 3-21, approximately 1,500 feet from the end of each runway. Provide site preparation, storm drainage, electrical service, runway signage and lighting, radio controls within the BAK-12 protective shelters and the Air Traffic Control Tower, temporary runway markings and threshold relocation, and BAK system commissioning. This project includes reconfiguration of the runway lighting system (including Distance Remaining Markers, Arresting Gear Markers, and Precision Approach Path Indicators) as well as removal of temporary markings and placement of non-precision runway markings following commission of the newly activated aircraft arresting systems. Provide vehicular paved access drives with turnabouts for the BAK-12 equipment structures. Replace runway shoulder/pavement in the area of the AAS. Construction of the BAK-12/BAK-14 systems requires much coordination between the contractors and the airfield, as well as tight construction tolerances for the BAK systems and airfield pavement. The BAK-12 and BAK-14 systems will be furnished by the Government and installed by the Contractor. The contractor is responsible for commissioning the BAK systems and the government is responsible for approving the commissioning has satisfied the requirements of the contract. The Government Furnished Equipment information: BAK 12 System: Permanent BAK 12 Arrestors with fairlead beams; manufactured by ESCO, Part Number PL1697; National Stock Number 1710-01-545-2482; (2) BAK 12 Systems provided, $349,162 each, $698,324 total; Contract Number FA8532-10-D-0002-0005. BAK 14 System: Permanent BAK 14 Hook Cable Support Systems (150 foot width runway) with PAACS-1 Radio Control; manufactured by ESCO, Part Number 9D01160-107; National Stock Number 1710-01-592-6279; (1) BAK 14 System provided (provides sufficient materials for both runways), $648,182; Proposal Number FA8532-13-R-01195. Aircraft Arresting Cables: National Stock Number 1710-00-718-0788; manufactured by Naval Air Warfare Center, Part number 512875-303; 3 Cables (2 for installment, 1 spare), 303' in length; $6,835.38 each, $20,506.14 total. The BAK 12 Systems are contained in eight crates at Holloman Air Force Base, New Mexico. Point of Contact at Holloman AFB: SSgt April D. Romo, 56 FW/Det 1, Holloman AFB, NM 88330, phone number 575.572.6769. Upon Government acceptance of the BAK 14 System, the equipment will be located at the same location as the BAK 12 systems, indicated above, and contained in nine crates (17 crates total for BAK 12 and BAK 14). Upon Government acceptance of the Aircraft Arresting Cables, the cables will be located at the same location as the BAK 12 systems, indicated above. This is a Design Bid Build (DBB) 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.acquisition.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 single phase procurement DBB. The solicitation, plans, and specifications will be made available on or about 22 Oct 2013. 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 provided 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 to 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 will be made available upon release of the solicitation on FBO. 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 quote mark Best Value quote mark 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 [22 Oct 2013], and the estimated proposal due date will be on or about [23 Dec 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: Ft. Bliss TX 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-14-R-6000/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN03207348-W 20131002/130930234936-6087c18a911720dd5cef22e3deecd3b7 (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 |