SOLICITATION NOTICE
Y -- FY06 MILCON - COMPOSITE MISSILE STORAGE FACILITIES AT HILL AIR FORCE BASE, UTAH
- Notice Date
- 5/16/2006
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-06-R-0024
- Response Due
- 5/30/2006
- Archive Date
- 7/29/2006
- Small Business Set-Aside
- N/A
- Description
- FY06 MILCON, Composite Missile Storage Facility. LOCATION: Hill Air Force Base, Utah. TYPE OF AWARD: This acquisition is solicited as an UNRESTRICTED Design-Build RFP. Estimated Cost Range is between $5,000,000 and $10,000,000. This procurement w ill be conducted under FSC Code: Y171; SIC Code: 1629; NAICS Code: 237990. The size standard for this code is $31,000,000. All questions should be directed to the Contract Specialist, Daisy Joseph at (916) 557-5193, e-mail Daisy.Joseph@usace.army.mil. I nformation about the time and location of the site visit/preproposal conference will be found in Section 00100 of the solicitation, clause 52.236-27. JOB DESCRIPTION: Design Build (D-B) for two (2) new earth covered reinforced concrete storage faciliti es (2,356 SM, environmentally controlled), capable of storing 500,000 LBS of class 1.1 propellant, from up to 32 Minuteman missile booster assemblies. Includes demo of up to 24 existing igloos (totaling 3,979 SM). Work extends to installing; booster carr ier track rails, dock entry, access roads, security fencing (limit to contractor lay down area), utilities/other infrastructure support. Site is on Igloo #1362 (to be demoed, prior to new construction) of the MAMS area. The D-B project includes developme nt of design deliverables for review (1 submittal track plus back check processes), sustainable design using LEEDs rating system (Green Building Council), design deliverables for demolition and construction, grading, relocation/protection of utilities, uti lity service connections and runs, fire-protection/life safety systems, handicapped accessibility (if applicable), EMCS, HVAC, all necessary conduits and cabling (including exterior COMM cabling), plumbing, mechanical systems, IDS, other special equipment (bird noise generator, bird screens), interior utilities, interior/exterior finishes, exterior security lighting, parking (GOVT), access around the structures, signage, and all necessary features (interior and exterior) to yield a safe, complete, and use able facility/complex for its use. The contractor shall develop and complete the designs and construct the facilities. The contractor will be supplied an existing FY99 Peacekeeper Storage Facility design, to site adapt for use during the contract desig n development. The D-B contractor may be required to perform any necessary geotechnical investigation yielding a geotechnical report that shall be used as a basis for design. Likewise, the D-B contractor may be required to perform a topographical survey; also a basis for design. Following award, the contract will proceed as follows: this project will follow a normal completed design before construction begins process. All review comments for the work must be appropriately addressed and applicable cons truction techniques for unusual construction conditions must be properly defined and accepted and direction received from the Contracting Officer prior to the start of construction. A technical and price proposal will be required. Evaluation by the Gover nment will result in the selection of a Contractor that represents the best value to the Government. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The solicitation for this project will be issued on or around 6 June 2006. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this acquisition will be posted on a secure Governm ent website known as FedTeDS. Access to the solicitation documents on the FedTeDS website will be via a hyperlink. The hyperlink will be inserted into the notices for this acquisition posted on both the Army Single Face to Industry (ASFI) website (https: //acquisition.army.mil/asfi/) and the FedBizOpps website (www.fbo.gov) once the solicitation is issued. The hyper-link will not appear as a website address, bu t text as follows: Available online via the FedTeDs (Federal Technical Data Solution) website. Viewing/downloading documents from FedTeDS will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS u ser, you will also be required to register in FedTeDS (www.fedteds.gov) before accessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendor/Contractor Registration Process option. The follo wing information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedTeDS, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTeDS is not searchable by any other means. Please note th at ALL contractors who want to register with FedTeDS must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedTeDS homepage links; FAQs, Vendor User Guide, and FedTeDS Help. For additional assista nce with the FedTeDS website, contact the Ogden Electronic Business (EB) Operations Support Team (OST) at 866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (subject: FedTeDS Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FedTeDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. See Numbered Note 9.
- Place of Performance
- Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Country: US
- Zip Code: 95814
- Record
- SN01049171-W 20060518/060516221029 (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 |