Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
SOLICITATION NOTICE

Y -- Construction of a C-17 Two Bay Corrosion / Fuel Cell Hangar at the Pittsburgh Air Reserve Station, PA

Notice Date
4/6/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-D-0038
 
Archive Date
9/29/2017
 
Point of Contact
Michael D. Hutchens,
 
E-Mail Address
michael.d.hutchens@usace.army.mil
(michael.d.hutchens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This project is for the construction of an approximately 115,000 square foot (SF) two bay corrosion control / multipurpose and fuel cell / multipurpose aircraft hangar to accommodate one C-17 aircraft in each bay and associated back shops in the hangar. The project is locate at the Pittsburgh Air Reserve Station (ARS) in Coraopolis, Pennsylvania. The Base proposal will consist of construction of the new facility and all associated site and utility work. The new facility will include: concrete slab, structural steel frame, exterior windows, CMU, pre-finished metal wall panel, standing seam metal roof over an insulated metal deck, HVAC and plumbing systems, communication systems, electric work, automatic sprinkler system, low­ level high expansion foam fire suppression system in hangar bays, and fire detection system. The solicitation will contain several Options. The Options will include items such as construction of engine and hydraulic shop areas, alternate hangar bay floor finishes, alternate finishes for restroom/locker rooms, rehabilitated parking, security access, hot aircraft wash system, aircraft fall protection system and other non-MILCON funded equipment (i.e., 400 Hz converters, compressed air system, breathing air system, etc.) The furniture package; including standard systems furniture, freestanding furniture, and demountable partitions walls; will be funded, procured, and installed separately from the construction contract. However, the construction contractor will be responsible for the final IT and electrical connections. The contract duration is estimated at 720 days. TYPE OF CONTRACT AND NAICS: The RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a Full and Open competitive procurement with 10% HUBZone price evaluation. Size Limitation $36.5M. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. Proposals will be evaluated using a staggered method in which the Past Performance and Management Plan proposals will be submitted prior to completion of the facility design, with the Small Business Participation Plan, Subcontracting Plan, and Price and Pro Forma proposals being submitted after the final design is issued via an amendment. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. See Section 00112 of the solicitation, when issued, for additional information regarding the selection process. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 27 April 2017 with an approximate closing date on or about 1 June 2017. It is anticipated that the request for price proposal will be issued on or about 14 June 2017. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. SITE VISIT: It is anticipated that the site visit will be held in mid to late May 2017. Details regarding the site visit will be issued with the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. 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 website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Michael Hutchens Michael.D.Hutchens@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-D-0038/listing.html)
 
Record
SN04462183-W 20170408/170406234533-66333a41a5dbff6d4fbb56707f365948 (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.