Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

Y -- C17 Engine Storage Facility and Add/Alter C17 Composite Maintenance Shop, Dover Air Force Base, DE

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-07-B-0012
 
Response Due
6/19/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement is for the solicitation of a firm fixed-price contract to construct a new C-17 Engine Storage Facility and to add and alter a C-17 Composite Maintenance Shop, located on immediately adjacent sites on Dover Air Force Base, Delaware. Construction of the new C-17 Engine Storage Facility will result in a single floor 1,022 square meter metal structure on reinforced concrete foundation and floor slab, with sloped metal roof. The facility shall include an 8-bay engine storage area and an a dministrative area for offices and a classroom for training aircraft maintenance personnel. The C-17 Composite Maintenance Shop project consists of a small addition (1000 square meters) to existing Building 721, and alteration of the existing facility to a ccommodate the facility to become the C-5 and C-17 Composite Maintenance Shop for Dover Air Force Base in support of the C-17 aircraft bed down mission. The existing facility and proposed new additions will result in a single floor, approximately 9,500 squ are meters, steel-frame structure with reinforced concrete foundation and floor slab. The addition shall include a sanding room and a welding room. This project includes the installation and upgrade of service utilities, underground utilities, site grading (including fill material), concrete paving, curbs, and walkways. The facility shall include Anti-Terrorism/Force Protection security measures in accordance with current DOD construction standards. Estimated cost range for this procurement is $1M to $5M. This procurement is restricted to 8(a) firms and shall be a competitive Invitation for Bids. The NAICS Code for this project is 236210 and the small business size standard is $31 million. Issue date is on or about May 17, 2007 with bids due by 11:00 a.m. on or about June 19, 2007. The solicitation documents will only be available via the Federal Technical Data Solution (FedTeDS) homepage located at https://www.fedteds.gov/. All prospective contractors and their subcontractors and suppliers must be regist ered in FedTeDS before they will be allowed to download solicitation documents/information. FedTeDS registration requires the following information: CCR Marketing Partner Identification Number (MPIN), DUNS Number or CAGE Code, Telephone Number, E-mail addr ess. You are urged to read the FAQs posted on the FedTeDS website to better understand this new process. No written or faxed requests will be accepted. Interested contractors should register on the web page. If any registration information changes durin g the advertisement period, contractors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving notification of the solicitation and amendments. Bidders are respon sible for printing paper copies of the solicitation. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page fo r any amendments to this solicitation. The contractor must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Instructio ns will be included in the solicitation package. Liquidated Damages will be specified. Davis Bacon rates will be applicable and insurance and bonding is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. SP ECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition o f US Armed Forces.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01285033-W 20070503/070501233457 (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 |
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.