Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

Y -- Fighter Alert Shelter, Truax Field, Madison, WI

Notice Date
8/10/2020 9:20:52 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Omaha Omaha NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F20R0068
 
Response Due
8/25/2020 12:00:00 PM
 
Archive Date
09/09/2020
 
Point of Contact
Melissa Harlon, Phone: 4029952716, Ann Therese Young, Phone: 4029952667
 
E-Mail Address
melissa.r.harlon@usace.army.mil, ann.t.young@usace.army.mil
(melissa.r.harlon@usace.army.mil, ann.t.young@usace.army.mil)
 
Description
On or about 25 August 2020, this office will issue a solicitation for construction of the Fighter Alert Shelter to be located at Truax Field, Madison, WI.� The solicitation will close on or about 5 October 2020. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. This project will provide a new 28,000 SF Fighter Alert Shelter for four universal fighter aircraft to accommodate the mission of the facility.� Special construction requirements include:� the shelter houses four aircraft with automatic opening front and rear aircraft doors; heating, fire detection and ultra-high pressure fire suppression system/closed head wet-pipe sprinkler fire suppression systems.� Provide support for Intrusion Detection System (IDS) and installation of a backup emergency generator.� The facility is 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. �The facility shall be compatible with applicable DoD, Air Force, and base design standards.� This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 720 calendar days) after receipt of NTP.� Clauses will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The magnitude of construction costs for this project is between $10,000,000 and $25,000,000. The above project description is for information only.� Project scope of work is subject to change. This will be a Bifurcated solicitation process following FAR Part 15, Contracting by Negotiation.� This solicitation will be issued at 95% design specifications at which time only Volume I Technical proposals will be requested. �The 100% design specifications will be issued on or about 10 November 2020 at which time Volume II Price Proposals will be requested. The acquisition process for this solicitation will be a Bifurcated Request for Proposal (RFP) Best Value Trade-off procurement process, utilizing a Tradeoff Source Selection Process (see FAR 15.101-1). This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. �Submission of Volume I proposals will include technical evaluation factors: Factor 1 Specialized Experience; Factor 2 Project Management Plan; Factor 3 Past Performance; and Factor 4 Small Business Participation Document. Submission of Volume II proposals will only include Factor 5 Price. A tentative site visit date has been scheduled on or about 17 November 2020 during the Volume II Price Proposal solicitation phase.� Provisions in the solicitation documents during Volume II proposal phase will provide detailed information to include meeting place, time, points of contact, and access requirements. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Please be advised of on-line registration requirements for Contractor Registration and for Representations and Certifications Application which are �now located in System for Award Management �SAM� database at https://beta.sam.gov/. The representations and certifications section in SAM are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective for one year from the date of initial submission and expire on an annual basis from the update to SAM. OBTAINING SOLICITATION DOCUMENTS: Solicitation documents will be posted to the web via the Contract Opportunities (Federal Business Opportunities (FBO)) at: https://beta.sam.gov/. Find solicitation announcement in BetaSAM: https://beta.sam.gov/ Click on �Search Contract Opportunities� under the Contract Opportunities title. Use the �Keywords� block to locate the project by entering the solicitation number or use the various advanced search blocks below the �Keywords� search block. By using the �login� feature, it allows additional search features and allows you to keep your searches.� Login might be required on some solicitations that are considered restricted. Once you have located your project, click on link to solicitation to view the project.� Files may be downloaded from this view under �Attachments/Links�. If you want other vendors, sub-contractors or contractors to contact you, click on the �Interested Vendors� tab and then �Add me to Interested Vendors� link at the bottom of the page.� INQUIRIES: A bidder inquiry key will be included in the solicitation.� Questions regarding the solicitation will be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4023f0c9884c4acaa2886336e3e0f9f8/view)
 
Place of Performance
Address: Madison, WI, USA
Country: USA
 
Record
SN05751107-F 20200812/200810230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.