Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
MODIFICATION

Y -- EIE388, F-35 R-11 Fuel Truck Shelter, Eielson AFB, Alaska - Amendment 2

Notice Date
12/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-17-R-0048
 
Point of Contact
Jason A. Williams, Phone: 9077532676, Theresa M Afrank, Phone: 907-753-2739
 
E-Mail Address
Jason.Williams@usace.army.mil, theresa.m.afrank@usace.army.mil
(Jason.Williams@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W911KB-17-R-0048, Amendment 0002 for Phase 2 (applicable to the 3 Phase 2 offerors and their design-build teams) CONTRACT INFORMATION: This is a pre-solicitation notice for a Request for Proposal (RFP) to construct an enclosed six bay R-11 Fuel Truck Shelter utilizing conventional design and construction methods to accommodate the mission of the facility, Eielson AFB, Alaska (EIE388). This acquisition is advertised as a Total Small Business Set-aside. A solicitation is expected to be issued on or about 28 September 2017 with proposals due on or about 30 October 2017. This is a Design Build, two (2) phase "Best Value" trade-off process solicitation, Total Small Business Set-Aside for the construction of an enclosed two vehicle bays with three vehicle stalls each R-11 Fuel Truck Shelter utilizing conventional design and construction methods to accommodate the mission of the facility on Eielson AFB, Alaska. The Government will evaluate the proposals in accordance with the criteria and award a firm fixed price contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government utilizing the trade-off selection process described in FAR 15.101-1. Any resulting contract will be firm fixed price. The anticipated Notice to Proceed date will be 26 March 2018 with a required completion date of 20 February 2020. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds and may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award. PROJECT INFORMATION: EIE388 will include the construction of an enclosed two vehicle bays with three vehicle stalls each R-11 Fuel Truck Shelter utilizing conventional design and construction methods to accommodate the mission of the facility building located on Eielson AFB, Alaska. The new fuel shelter will provide temperature controlled parking for six R-11 refueling vehicles, including support spaces, adjacent to the airfield's taxiway. Vehicle rated pavement, in the form of drives and aprons, will be provided to connect the facility to existing taxiways and provide fuel truck throughput. The shelter will have a snowmelt system 10 feet out from the footprint of the building at paved sides. Minor demolition involves site clearing/preparation, and connecting to existing utilidor manholes. Steam, condensate return, sewer, water, power and communication will tie into the base's utilidor infrastructure. A maximum of four fuel trucks can be housed in a single bay. A single bay consists of one large open space containing four drive-through bays that support temperature-controlled parking for four R-11 fuel trucks. Two parking "buildings" have been programmed and separated by a fire wall. The facility includes a ready room for R-11 drivers to wait while R-11 fuel trucks are parked in the warming bays prior to departure to the airfield. The construction cost limitation is $8,500,000. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: Specialized Experience, Past Performance (Confidence Assessment), Organization, and Technical Approach (Phase 1). Those offerors selected during the Phase 1 source selection will be evaluated during Phase 2 considering the following factors: Design Technical, which includes: Building Functional, Aesthetics and Space, Quality of Building Systems and Materials, Site Design, Proposed Contract Duration and Summary Schedule, Phase 1 Proposal Roll-Up Rating, and Price (Phase 2). The overall evaluation of the non-price factors is considered significantly more important than price. OBTAINING THE SOLICITATION: The solicitation will be available electronically from FedBizOpps website (www.fbo.gov) on or about 25 September 2017. On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible small business sources may submit an offeror in the form and format of the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation. Amendment 0002 issued for Phase 2 of the subject acquisition. This amendment is for the offerors selected to participate in Phase 2 and their design-build teams. In accordance with Section 00 22 10, paragraph 1.3, the offerors selected to participate in Phase 2 are: Bristol Design Build Services, LLC, Anchorage, Alaska Heritage General Contracting, Delta Junction, Alaska Johnson River Enterprises, LLC, Fairbanks, Alaska
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0048/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, United States
 
Record
SN04764591-W 20171214/171212231307-b095510bceea6968777bda5584e3a768 (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.