Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2005 FBO #1313
MODIFICATION

Y -- W912PL-05-R-0004 (SPECIAL NOTICE) MAIN BASE RUNWAY REPLACEMENT, EDWARDS AFB, CA

Notice Date
6/29/2005
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-05-R-0004
 
Response Due
6/30/2005
 
Archive Date
8/29/2005
 
Small Business Set-Aside
N/A
 
Description
This project will be issued as a Two-Phase Design-Build procurement. The project is located on an airfieldaccess is controlled and airfield requirement will be in effect. This project is a Best Value, two-phase design-build solicitation. The detailed project performance requirements for this project will be included in th e Requests for Proposals (RFP) package (phase-two). The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree on design flexibility while meeting certain specific project requirements. The successful Contra ctor must design and construct complete and useable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Phase One is the pre-selection phase (this phase does not include the submission of a price proposal ). Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two and an amendment will be issued to those selected offerors (minimum of three, maximum of five). Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of Phase Two of the Request for Proposals. A maximum of five offerors will be invited t o participate in the second phase. Phase Two proposal ratings alone will be used to determine the most advantageous proposal to the Government. Award of the Design-Build contract will be made to one of the five firms, which, in the judgment of the Contra cting Officer, provides the best combination of design features and cost/price reasonableness. In making this determination, all evaluation factors other than cost or price when combined are of equal importance. The Government reserves the right to make award to other than the lowest price offeror, price and other factors considered. PROJECT DESCRIPTION: The project involves replacement of the 300' X 15,000' main base runway at Edwards AFB, CA. The scope of the work must remain within the Program amount of $103,000,000. The final scope of work to be provided in Phase Two may include the following: (i) a new temporary runway and replacement of the existing runway or (ii) one brand new runway and abandon of the existing runway, or (iii) some combination/variation of items one & two above. REQUIREMENT: Edwards Air Force Base requires a runway that can safely support a wide range of aircraft test operations, including launch and recovery of prototype aircraft, heavy aircraft operations to include the B-1, B-2, B-52, KC-135, 747, and various forms of failure testing as well as recovery and transport of the NASA Space Shuttle. Construction of a temporary runway is needed to allow transfer of all flight operations from the existing runway during construction. Missions that require a 15,000 ft r unway include refused take-off testing of heavy aircraft, wet brake testing of heavy aircraft, hot weather operations of specific aircraft such as the T-38, and recovery of the NASA Space Shuttle. CURRENT SITUATION: The main base runway which supports almost every flight operation at Edwards Air Force Base is nearly 50 years old and is rapidly degrading as a result of alkali-silica reaction (ASR), a reaction between the cement and the aggregate tha t creates cracking, scaling and spalling of the concrete. Increased sweeper operations and Foreign Object Debris (FOD) walks are necessary to eliminate concrete chunks several inches across that are routinely discovered. Emergency FOD repairs have forced runway closures affecting 10 to 15 flights for each closure. Pavement Conditions Index (PCI) numbers are dropping rapidly, which is indicative of pavements nearing the end of their useful life. The runway will soon fail functionally and will no longer be safe for aircraft operations. In early FY03 the runway was evaluated by a tri-service tea m of experts who rated the pavement conditions along with the centerline as MARGINAL, with potions predicted to be UNSATISFACTORY within the next year. Functional failure of the runway is expected in 2008. No other runways at Edwards AFB can safely suppo rt the current and projected test operations without significant test mission delays. Temporary relocation of these missions is not feasible. However, many of the current and planned test missions can be supported by a new temporary runway. Phase One evaluations may be based on the contractors past performance, to include the design firm; contractors organization; contractors specialized experience on similar type work; contractors capability, to include key personnel qualifications and e xperience; past performance on utilization of Small Business Concerns; preliminary quality control plans and safety program; a narrative addressing the technical approach; and a narrative addressing the process approach. Phase Two evaluations are anticipa ted to be based on, but may not be limited to, such items as pavement design; narrative/technical solutions, to include disciplines such as civil, pavement engineering, structural, electrical; to include innovation and efficiency; proposed management plan ; proposed quality control plan for design and construction; a preliminary schedule; and phasing approach. The North American Industry Classification System (NAICS) code is 237310, Highway, Street and Bridge Construction, $28,500,000 average annual gross revenue for the last three (3) fiscal years. The Government intends to issue this solicitation through the use of the Internet. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Facsimile or Paper) will be provided unless the Governme nt determines that it is necessary. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Inter net after solicitation issuance are the following Internet address; http://ebs.spl.usace.army.mil. All bidders are required to check the Los Angeles District Contracting Division website daily to be notified on any changes to this solicitation. All contr actors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil to view other business opportunities across the Army. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: www.ccr.gov. Any prospective bidder interested in bidding on this solicitation must be registered to be placed on the Plan Holders List. If you are not registered, the United States Government is not responsible for providing you with notification of any changes to this solicitation. Bidders shall register themselves on the Internet. Each bidder, after registering for this solicitation should verify that his or her name appears on the Plan Holders List for the project. Please note that there are special instructions pertaining to hand delivered bids. These special instructions will be available in Section 00100 of the advertised solicitation. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the bidder is a large business, they will be required to submit a sub-contracting plan as part of their proposal package during Phase Two. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 62% with small business, 10% with small disadvantaged business, 10% with woma n owned small business, 3% with veteran owned small business, 3% with severe disabled veteran owned small business and 3% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. The awarded contract will be incrementally funded in accordance with Contract Clause No. 252.232-7007, entitled Limitation of Government's Obligation. On execution of contract $37,000,000; Oct 1-Dec 31, 2006 - $31,000,000; Oct 1-Dec 31, 2007 - $35,000,000.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00839007-W 20050701/050629212436 (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.