Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

Y -- Control Tower/RAPCON, Grand Forks AFB, NE

Notice Date
7/3/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, Attn: CENWO- CT, 1616 Capital Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-08-R-0016
 
Response Due
8/8/2008 2:00:00 PM
 
Archive Date
1/30/2009
 
Point of Contact
Barbara A. Young,, Phone: 402-995-2069
 
E-Mail Address
barbara.a.young@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
On or about 18 July 2008, this office will issue a Request for Proposal for the construction of Control Tower/RAPCON, Grand Forks, North Dakota. Proposals will be due on or about 18 August 2008. This project is a Design/Build Best Value Request for Proposal under UNRESTRICTED, Full and Open Competition. The NAICS code for this project is 236220. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See “Obtaining Solicitation Documents” below. The work will include the following: (Approx. quantities) Design and construct a 14,795 SF Air Traffic Control Tower and collocated Radar Approach Control Facility (RAPCON) at Grand Forks AFB, ND, which will meet Air Force and Federal Aviation Administration standards for safety, efficiency, and uncompromised control of flying traffic. The control tower/RAPCON building will be of masonry construction with standing seam metal roof and will include underground utilities, communications, pavements, access roads, parking lot, landscaping, and demolition of existing tower building. The RAPCON will be collocated with the control tower for operational efficiencies and will be constructed of similar materials to the tower. The RAPCON will house radar approach control equipment, traffic controller simulator, and training area. The estimated design and construction cost of this project is between $10,000,000 and $15,000,000. Proposal Evaluation: Firms participating in the RFP will submit technical requirements in accordance with Section 00 22 00: PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e. Design and Construction Experience; Past Performance, Design and Construction; Project Management Plan (PMP); Price (Separate Binder)). An adjectival method of evaluation will be used to evaluate the technical factors. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for this contract: (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business:7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans:1.5% of planned subcontracting dollars*. (e) Hubzones:3.1% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 600 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Registering is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitations is as follows: 1.Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 2.If you are a first time user, you will have to register** (see info included below); Otherwise, enter username and password. 3.Click on Opportunities hyperlink at top of the fbo.gov. 4.Enter solicitation number of project in Keywords/SOL # box and click on “Go” button. 5.Click on link to solicitation or amendment. 6.If you want other vendors, sub-contractors or contractors to contact you, click on “Add me to Interested Vendors” link. 7.Click on “Packages” link. 8.To access solicitation documents, Central Contractor Registration Marketing Partnering Identification Number (MPIN) and solicitation number are required. Click on “Go” button. Follow the on-screen requirements to access and download the solicitation documents or amendments. **Registration: The information listed below is required to register. 1.Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2.DUNS Number or CAGE code 3.Telephone Number 4.E-Mail address Technical POC: Bill Rafferty, 402-995-2777 Contracting POC: Barb Young, 402-995-2069 Small Business Specialist: Hubert Carter, 402-995-2910 Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-M 1616 Capitol Avenue Omaha, NE 68102
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ef0ac297f90750f5f80a29999beb61a&tab=core&_cview=1)
 
Place of Performance
Address: Grand Forks AFB, ND, Grand Forks, North Dakota, United States
 
Record
SN01606907-W 20080705/080703215242-2ef0ac297f90750f5f80a29999beb61a (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.