MODIFICATION
Y -- EIE386 Design-Build F-35 Consolidated Munitions Admin Facility
- Notice Date
- 1/8/2018
- 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-0044
- Point of Contact
- Kathy Kinnett,
- E-Mail Address
-
kathy.j.kinnett@usace.army.mil
(kathy.j.kinnett@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, total small business set-aside Request for Proposal (RFP) for design and construction of a consolidated munitions admin facility at Eielson AFB, Alaska. The contract cost limitation for contract award is approximately $23.5 million. The resulting contract will be firm-fixed priced. The procurement will be conducted using two-phase source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is subject to availability of funds. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised 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. NAICS Code of Acquisition: 236220. The Small Business size standard is $36,500,000. Anticipated NTP: Spring 2018 with a 450 calendar-day period of performance; the Davis Bacon Act will apply. (1) PROJECT INFORMATION: Design-build a Consolidated Munitions Facility utilizing conventional design and construction methods to accommodate the mission of the facility. The facility will provide administrative spaces for Munitions Command, Control, Operations, Mobility, Line Delivery, Storage, Conventional Munitions Training, and Munitions Support Equipment Maintenance functions. Munitions Control requires secure voice communications and the facility will have two (2) Secret Internet Protocol Router (SIPR) rooms including one (1) workstation. Additionally, three (3) open bay areas will be constructed to support Vehicle Operations Heated Storage, Conventional Munitions Training, and Munitions Support Equipment Maintenance activities. Building support spaces such as primary circulation, mechanical, electrical and communications spaces will be provided along with 45 POV parking spaces and organizational parking to accommodate vehicles and equipment of varying sizes. The facility must be able to withstand wind loads, seismic effects and arctic conditions as prescribed in applicable codes and design guides. The facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: For Phase 1: Factor 1 - Specialized Experience; Factor 2 - Past Performance (Confidence Assessment); Factor 3 - Organization; and Factor 4 - Technical Approach For Phase 2: Factor 1 - Design Technical; and Factor 2 - Price and Pro Forma Information The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed-price contract to that responsible Phase 2 Offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering the non-price factors described in the RFP, and price, however the contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project. (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 29 September 2017, at the Federal Business Opportunities website at https://www.fbo.gov/. Enter the solicitation number (W911KB-17-R-0044) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer 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 0004 is 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 00 22 10, paragraph 1.3, the four offerors selected to participate in Phase 2 are: Bethel Federal-UNIT JV, Anchorage, Alaska Bristol Design Build Services, LLC, Anchorage, Alaska Callahan / Watterson JV, Fairbanks, Alaska UIC Construction, LLC, Anchorage, Alaska
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0044/listing.html)
- Place of Performance
- Address: Eielson AFB, Alaska, Alaska, United States
- Record
- SN04783559-W 20180110/180108231121-270197442d9f6bcc706c9f41ad32fbb1 (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 |