MODIFICATION
Z -- Request for Technical Proposal - ECM Munitions Storage Roof Repair
- Notice Date
- 3/28/2024 10:49:45 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
- ZIP Code
- 83648-5296
- Solicitation Number
- FA489724RC002
- Response Due
- 5/2/2024 3:30:00 PM
- Archive Date
- 05/17/2024
- Point of Contact
- Jeremiah Burns, Phone: 2088283870, Matthew Fox, Phone: 2088281950
- E-Mail Address
-
jeremiah.burns.1@us.af.mil, matthew.fox.19@us.af.mil
(jeremiah.burns.1@us.af.mil, matthew.fox.19@us.af.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- ������������������������������������������������������������������������������������������������������������������������������������ 28 March 2024 Two-Step Sealed Bid Solicitation Earth Covered Magazine (ECM) Munitions Storage Facilities Roof Repair Step 1: Request for Technical Proposals FA489724RC002 Pursuant to Federal Acquisition Regulation (FAR) 14.5, this document is a Request for Technical Proposals (RTP), step one of a two-step sealed bid solicitation for the acquisition of Munitions Storage Facilities ECM Roof Repairs. Required components of technical proposals are outlined in Part III of this document. Offerors should submit technical proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal�s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their offerors. Each offeror may submit multiple technical proposals, though a maximum of one proposal per offeror may be chosen by the Government for step two of the two-step sealed bid process. Offerors are cautioned against submitting multiple technical proposals that have large differences in prices between them, since step two will be awarded on a low bid basis. The Government will forward a notice of unacceptability to an offeror when, upon completion of the proposal evaluation, there is a final determination of unacceptability. This will be done in accordance with the dates outlined in Part I below. In the second step of this two-step sealed bid solicitation process, only those offerors whose technical proposals were determined to be acceptable, either initially, or as a result of discussions, will be considered for award and allowed to place priced bids. Bids in the second step will be evaluated based on price. Each bid in the second step must be based on the bidder�s own technical proposals. This document is organized into the following parts: Part I �� General Information Part II�� Instructions to Offerors Cover Letter Requirements of the technical proposal Requirements of past performance submission Site Visit Attendance and Base Access Information Bid guarantee (Step 2) Part III� Evaluation Criteria Part V Attachments Part I�� General Information Description:���������������� ����������� Repair ECM Munitions Storage Facilities Roofs Project Scope:������������������������� The Government is seeking a qualified, experienced, woman-owned small business to demolish, replace, and repair the roof of Earth Covered Magazine Munitions Storage Facilities 3003 and 3010, and optional facilities 3004, and 3006 at Mountain Home AFB, Idaho. This Design-Build project involves the removal, replacement and/or repair of the roof of a gunite-coated earth covered magazine, its lightning protection system (LPS), and its footing drain system in accordance with the attached Statement of Work (SOW). Requirements for the� � � � � � � � � � � � � � � � � � � � � � � � � � � �ECM include, but are not limited to: Removal and replacement of the trenched pipe drainage system. Removal and installation of a new roof waterproofing membrane over the concrete structure. Design and construction of a new lightning protection system. Removal and reuse of existing cover soil materials and additional imported soil materials. Replacement of the existing gunite-coating on the ECM with a geocell confinement system infilled with 4� thick, clean, uniformly graded, angular, crushed rock. Project Duration:��������������������� 265 calendar days per facility Magnitude of Construction:������ Between $1,000,000 and $5,000,000. (Includes Options) Options:���������������������������������� Options will be exercised as funds become available prior to 01 October 2025. Acquisition Method: ��� ����������� Two-Step Sealed Bid Set-Aside Type:����������������������� Women-Owned Small Businesses NAICS:����������������������������������� 236220 Small Business Size Standard:�� $45M Solicitation Number:���� ����������� FA489724RC002 Step-one Issue Date:���������������� 28 March 2024 Site Visit Date:������������������������ 12 April 2024 at 0900 Technical Proposals Due:��������� 02 May 2024 Step-two Issue Date:���������������� To be determined after review of technical proposals received in step one. Part II �� Instructions to Offerors 1. Cover letter. Provide an introductory page to include company name, small business type classification (offerors must be certified WOSB registered under NAICS 236220), CAGE Code, SAM UEI Number, points of contact, authorized negotiators, contact phone, and email addresses. Cover letter shall also acknowledge all amendments issued. 2. Written technical proposal. Technical proposals shall include only technical information. Proposals shall not include pricing information or cost breakdowns. The written technical proposal shall be clear, concise, and include all the information in sufficient detail for effective evaluation. The proposal should not simply rephrase or restate the Government�s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge of their capabilities, work processes, facilities, and experience and will base its evaluation on the information presented in the offeror�s technical proposal. 3. Past performance history. The offeror shall submit sufficient recent and relevant past performance information to assess the offeror�s ability to successfully complete this project in accordance with the attached Statement of Work. Past performance history should not exceed three (3) pages and is not required to be submitted on a separate document as the written technical proposal.� 4. Site visit attendance and base access information. A pre-proposal site visit will be held on 12 April 2024 at 0900. Offerors must submit full names, driver�s license numbers, company name, and vehicle type (personal or commercial vehicle) of all attendees to the contracting officer and contract specialist no later than 1200 MDT on 11 April 2024. Personal vehicles will be permitted to enter the main visitor�s gate, but commercial vehicles will be redirected to the commercial vehicle gate. It is important the contracting officer knows what type of vehicle your attendee(s) will be driving so that base access can be properly coordinated. 5. Questions. All questions to this RTP, including questions arising from the contractor site visit, must be submitted to both the contracting officer and contract specialist no later than close of business on 16 April 2024. There is no preferred format or document required to submit questions. 6. Bid guarantee. Offerors who are invited to submit a priced bid during Step 2 of this two-step sealed bidding will be required to furnish a bid guarantee IAW FAR 28.101-1(a). Bid guarantees are not required for the Request for Technical Proposals step of this solicitation. Part III� �Evaluation Criteria This acquisition will be evaluated IAW FAR Part 14. 1. Technical Factor. As used in this context, the word ""technical"" has a broad connotation and includes, among other things, the engineering approach, special manufacturing processes, and special testing techniques. Each offeror�s written technical proposal shall be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the Statement of Work and demonstrates a thorough knowledge and understanding of those requirements and their associated risks. If no risks/mitigations are identified in the offeror�s proposal, it indicates the offeror does not consider there to be any risk associated with their proposed approach. 2. Past Performance. For purposes of this evaluation, recency is defined as active or completed efforts performed within the past three (3) years from the issuance date of this solicitation. Relevancy is determined by examining factors such as the similarity of past projects to the current one in terms of size, scope, technical complexity, geographic location, and any other pertinent characteristics. The Government will evaluate the offeror�s demonstrated record of contract compliance completing similar projects, including adherence to cost and schedule. The recency and relevancy of the information, the source of the information, context of the data and general trends in the contractor�s performance will be considered. In addition to the past performance provided by the contractor, the contracting officer may use all relevant information available to him or her to determine past performance (e.g. CPARS). Lack of past performance history will not result in an unacceptable rating. Part IV�� 22 Attachments 1. Environmental Specification Section � �1_01 57 19 Temporary Environmental Controls_ MHAFB Env Spec 20180628�, 14 June 2022 2. MHAFB Drawings submittal requirements � �2_ACAD_GIS_Contract_Deliverables_Geobase�, 3. A/E/C Standards a. �3a_ERDC_ITL_TR-19-6_2019.pdf_safe�, August 2019 b. �3b_ERDC_ITL_TR-19-7_2019.pdf_safe�, August 2019 4. For Reference Only - B3005 Final Design - Project completed: **a. �4a_Maintain Covering ECM�, 03 March 1992** **b. �4b_ORDINANCE STORAGE AREA�, 19 February 1955** **c. �4c_Drawings FAC 3005�, 07 May 2015** **d. �4d_Specification FAC 3005�, 07 May 2015** **e. �4e_Test Analysis FAC 3005 Specification_DO2�, 07 May 2015** **f. �4f_Design Analysis FAC 3005�, 07 May 2015** 5. For Reference Only � (2016) Design package B3010 � Not constructed. a. �5a_Repair Roof_B3010_Specifications_Final�, October 2016 b. �5b_Repair Roof_B3010_Design-Analysis_Final�, 21 October 2016 c. �5c_Repair Roof_B3010_Drawings_Final�, 21 October 2016 **6. For Reference Only � (2016) Design package B3007 � Not constructed.** **a. �6a_Repair Roof_B3007_Specifications_Final�, October 2016** **b. �6b_Repair Roof_B3007_Design-Analysis_Final�, 21 October 2016** **c. �6c_Repair Roof_B3007_Drawings_Final�, 21 October 2016** 7. Grounding - Lightning Protection Systems and Third-Party Testing a. �7a_AFI32-1065 � Grounding�, 14 June 2017 b. �7b_AFMAN32-1065 � Grounding�, 17 July 2020 8. For Reference Only � Concept Drawing � �8_LPS B3003 Plan and Section� 9. Provisions and Clauses, 28 March 2023 10. Statement of Work, 29 November 2023 11. General Requirement, 01 March 204 12. Wage Determination, 13 March 2023 **Attachments with asterisks may be provided to offerors who are invited to step two of this solicitation to aid with the design phases and pricing.**
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cae1eb3ec7e447d7a53649cb25f0624e/view)
- Place of Performance
- Address: 0, ID 83648, USA
- Zip Code: 83648
- Country: USA
- Record
- SN07011952-F 20240330/240328230039 (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 |