Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2002 FBO #0073
SOLICITATION NOTICE

Y -- C-130 Corrosion Control Facility, Phase I - Pope Air Force Base, North Carolina

Notice Date
2/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-02-R-0026
 
Response Due
2/19/2002
 
Archive Date
3/21/2002
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NOTE: Any prospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/ Contractors may view and/or download this solicitation and all amendments from the internet after solicitation issuance. Plans and specifications will be issued on Compact Disk (CD-ROM) and will be provided free of charge. CD?s will be issued to prime contractors and plan rooms on a first come first serve basis. Only 50 CD?s will be issued. Paper copies of this solicitation will not be available. Description of Work: This solicitation is for the design, permitting, site preparation and construction of a C-130 Corrosion Control Facility at Pope Air Force Base, North Carolina. The f acility to be constructed is a two-bay aircraft hangar facility, including supporting sheet metal, paint booth and related shop space in support of washing and painting C-130 and other assigned aircraft at Pope AFB. Each bay is size to house one C-130J-30 aircraft. One bay with is to have space and equipment configured for corrosion control activities involving periodic washing. One bay is to be configured with appropriate ventilation and equipment for painting of aircraft as required. Supporting facili ties include interim outdoor aircraft wash facilities (on existing concrete paved surfaces) and separate aircraft tie-down anchors for engine maintenance run-ups, all necessary utility connections; exterior lighting; walks, curbs and gutters; parking; stor m drainage; information systems; and major road improvements. The facility is to include specialized ventilation and fire protection systems, and waste water pre-treatment systems. Access for the handicapped will be provided. Heating and air conditionin g for the corrosion control facility will be provided by self-contained units. This project shall be designed by registered architects and engineers employed by or subcontracted by the successful contractor. This project will be procured using the two-phase design-build selection procedures set forth in FAR 36.3. In Phase I, offero rs will receive a request for proposal letter including the project description, submittal requirements, and evaluation factors for both phases. No more than five offerors will be invited to participate in Phase II. The Government anticipates that the Ph ase II documents will be issued on or about 01 Apr 02. Proposals shall include sufficient detailed information to allow a complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burd en of proof of acceptability rests with the offeror. Phase I Factors Factor 1-1 - Past Performance Factor 1-2 - Technical Approach Narrative Factor 1-3 - Relevant Experience Phase II Factors: Factor 2-1 ? Building Function and Aesthetics Factor 2-2 ? Building Systems Factor 2-3 ? Site Design Factor 2-4 ? Site Engineering Factor 2-5 ? Sustainable Design Considerations Factor 2-6 ? Management Plans and Schedules There are no options under consideration at this time, however the need for options will be re-evaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued. The estimated cost of the project is between $10,000,000.00 to $25,000,000.00. Network Analysis will be required. This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988. This solicitation will be issued in electronic format only and will also be available on or about February 19, 2002 on the internet at http://ebs.sas.usace.army.mil/ Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, fa xes, etc.) will be provided. It is the contractor?s responsibility to check the Internet address provided below as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Lynne Roahrig, Contract Specialist, 912-652-5293.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Record
SN00025285-W 20020213/020211213647 (fbodaily.com)
 
Source
FedBizOpps.gov 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.