Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

Y -- TWO PHASE DESIGN-BUILD FOR AIR FORCE TECHNICAL APPLICATIONS CENTER (AFTAC), PATRICK AIR FORCE BASE, FLORIDA(BREVARD COUNTY)

Notice Date
6/16/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-10-R-0090
 
Response Due
8/11/2010
 
Archive Date
10/10/2010
 
Point of Contact
Terricka D. Leonard, 251-441-6500
 
E-Mail Address
USACE District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project is a Best Value, two-phase design-build solicitation. A detailed project description and overall project performance requirements for this project will be included in the Request for Proposals (RFP) package. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and usable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. 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. 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 the Phase Two phase of the Request for Proposals. A limited number of firms will be invited to participate in the second phase. The North American Industry Classification System (NAICS) code for this project is 236220. This synopsis will be available for download approximately on 11 Aug 2010. The estimated cost of this project is between $100,000,000 and $250,000,000. The contracting officer is Mr. Leo J. Hickman. In general, the work shall consist of the design and construction of four facility types constructed in a campus environment on a military installation. The primary office facility is a multi-story command and control headquarters facility (approximately 276,000 GSF) which includes a highbay Warehouse and Class 100 Clean room. Adjacent to the headquarters facility is a Radiochemistry Laboratory (approximately 38,000 GSF). The project shall also include a stand-alone Central Utility Plant (approximately 18,000 GSF) with UPS systems and a stand-alone parking garage for 600 cars (not to exceed 180,000 GSF). Major portions of the headquarters and laboratory facilities shall have Sensitive Compartmented Information Facilities (SCIF) Radio Frequency Shielding and Intrusion Detection System (IDS). Construction type features may include concrete pier foundations and reinforced concrete floor slab, concrete walls, structural steel frame and roof system, computer access flooring, fire protection and access and environmental controls. The project also includes utilities, pavements, site improvements, remediation of low quality wetlands, demolition, construction and relocation of two exiting weapons and munitions storage magazines from the foot print of the facilities/campus and demolition of existing facilities (approximately 217,500 GSF) that contain both lead paint and asbestos. The project shall comply with Department of Defense (DOD) anti-terrorism force protection (ATFP) requirements per unified facilities criteria. All facility types are to be constructed to Category 5 hurricane standards. The Prime Construction Contractor shall also be responsible for obtaining the LEED" Silver level certification, meeting the requirements of the Energy Policy Act of 2005 (EP Act 2005) and the 2007 Energy Independence and Security Act. The Prime Construction Contractor shall also be responsible for the development of the furniture and equipment packages for the offices and laboratory; and the purchase and installation of these various packages. Contractor shall also be responsible for the training of all installed systems. The successful Contractor must be able to design and construct facilities that involve a campus setting of multiple buildings inclusive of administrative, laboratory and central plant facilities as stated above. Note: The above general outline/description of features and does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor equipment and materials required by specifications and the drawings referred to therein in order to provide a complete and usable facility. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $33,500,000 for the past three years. Note No. 5: This solicitation includes bid options which may not be awarded. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to Sonya King at phone number 251-690-2537. Note No. 7: There will be no pre-proposal conference for the first phase of the solicitation. The pre-proposal conference will be held only for the second phase of the solicitation. Conference date, time and location will be added by the amendment to be issued to those selected offerors invited to participate in the second phase. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period is contained in the RFP solicitation package available exclusively from FedTeDS. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-R-0090/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02179188-W 20100618/100616234948-00a5a708f62440a52a3932e4931dbdca (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.