Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
MODIFICATION

Y -- FY 10 Personnel Recovery Center of Excellence, Davis Monthan Air Force Base, Pima County, Arizona

Notice Date
4/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-R-0025
 
Response Due
5/14/2010
 
Archive Date
7/13/2010
 
Point of Contact
Tracey Daggy, Phone: (213) 452-3239
 
E-Mail Address
tracey.i.daggy@usace.army.mil
(tracey.i.daggy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Personnel Recovery Center of Excellence project consists of three combined projects and includes the construction of a new HC-130J Squadron Operations Facility and HC-130J Simulator Facility and Infrastructure for the two projects at Davis-Monthan Air Force Base, Arizona. The HC-130J Squadron Operations Facility project will consist of the following: This project provides for the construction of a 2,323 SM (25,000SF) HC-130-J Rescue Squadron (RQS) Operations Facility. The new building will house personnel supporting the Rescue Squadron (RQS) HC-130J flight operations mission and contains administration, planning, and briefing facilities. New site construction at the RQS Operations site consists of rigid pavement (concrete aprons), flexible pavement (access roads and parking area), an electrical yard, a dumpster enclosure, concrete stoops and pads, CMU walls, sidewalks, curb and gutter, drainage ditches and swales, and associated service utilities. Concurrent construction (separate contracts), consisting of a Flight Simulator Facility and a Central Chiller Plant, will occupy the same site as the RQS Operations Facility. The HC-130J Simulator Facility project will consist of the following: This project provides for the construction of a 1,256 SM (13,517 SF) HC-130-J Flight Simulator Facility. The new building will house one simulator (for an HC-130J aircraft) and associated support facilities. Support facilities consist of administration, training, mission planning, and maintenance functions. New site construction at the Simulator site consists of rigid pavement (concrete aprons), flexible pavement (access roads and parking area expansion), an electrical yard, a dumpster enclosure, an aggregate surface turnaround, concrete stoops and pads, CMU walls, sidewalks, curb and gutter, drainage ditches and swales, a detention pond, and associated service utilities. Concurrent construction (separate contracts), consisting of a RQS Operations Facility and a Central Chiller Plant, will occupy the same site as the Simulator Facility. The HC-130J Infrastructure project will consist of the following: The PRCOE Infrastructure project is comprised of two main components, a utility infrastructure component and a road infrastructure component. The utility component of the project consists of the installation of new utility mains as well as the construction of a new 168 SM (1,817SF) central plant with 800 ton cooling capacity and a new fire suppression pump house. The central plant and the pump house are located approximately one half mile apart. Included with the pump house are two new 72k gallon water ground storage tanks to provide an adequate volume of water for the new fire suppression system. The existing water distribution system is not capable of supplying the large fire suppression flow rates needed to supply the fire pumps. The second component of this project is to construct new paved roadways within the project area designated for the planned PRCOE program. The PRCOE program area is currently in the planning stage of development. THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), LOWEST PRICE TECHNICALLY ACCEPTABLE. ONLY SMALL BUSINESS WILL BE CONSIDERED FOR AWARD. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00110, entitled Submission Requirements and Instructions. It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $33.5 M average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is between $10M and $25M. The Government intends to issue this solicitation and all amendments though the use of the Internet (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Please note that there are special instructions pertaining to hand delivered proposals. These instructions will be available in Section 00100 of the advertised solicitation. An important notice to all potential offerors: The U.S. Army Corps of Engineers, Los Angeles, CA has implemented a new procedure for posting solicitations. DOWNLOADING SOLICITATION: This is to notify all potential offerors that the solicitation and all amendments for this acquisition will be posted on Federal Business Opportunities (Fed Biz Opps). The solicitation will be made available for download approximately 14 April 2010. Viewing/downloading documents from Fed Biz Opps will require prior registration in Central Contractor Registration (www.ccr.gov). CENTRAL CONTRACTOR REGISTRATION: All firms who want to access the solicitation, both prospective prime contractors and subcontractors, will be required to be registered in Central Contractor Registration (CCR), have a Marketing Partner Identification Number (MPIN) and either a DUNS number or CAGE code. The Central Contractor Registration can be accessed at http://www.ccr.gov/. For further information, please click on the help links, then the CCR Handbook or FAQs link. For additional assistance in CCR please call the CCR Assistance Center at (888) 227-2423. FEDERAL BUSINESS OPPORTUNITIES: If you are a first-time Fed Biz Opps user, you will be required to register in Fed Biz Opps prior to accessing the solicitation documents. To register, click on Federal Business Opportunities (www.fbo.gov), then select the Register Now link. The following information will be required prior to registration: DUNS Number, Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); Cage Code, and e-mail address. Once registered with Fed Biz Opps, 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 Fed Biz Opps. Please note that ALL firms who want to access the solicitation, both prospective prime contractors and subcontractors, will be required to be registered with Fed Biz Opps and therefore must be CCR-Registered, have a MPIN, and either a DUNS number or CAGE code. For further information, please click on the User Guide links on Fed Biz Opps homepage to download the Vendor User Guide. For additional assistance with the Fed Biz Opps website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY FED BIZ OPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-R-0025/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02125019-W 20100418/100417000111-3d60db286bd627aadf91e90c28b1a23c (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.