Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

Y -- Construct Black Jack Drop Zone Support Structures

Notice Date
6/28/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
FA4460-10-R-0024
 
Point of Contact
Brandon D Davis, Phone: 501-987-3854, Barry G. Jundt, Phone: 501-987-3853
 
E-Mail Address
brandon.davis@littlerock.af.mil, barry.jundt@littlerock.af.mil
(brandon.davis@littlerock.af.mil, barry.jundt@littlerock.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NOTICE TO OFFEROR; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS REQUEST FOR PROPOSAL (RFP) UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS RFP EITHER BEFORE OR AFTER THE RFP CLOSING DATE. The 19th Airlift Wing, Little Rock AFB, AR 72099 intends to issue a RFP to award a single, firm-fixed price contract for this requirement. This is the presolicitation notice for FA4460-10-R-0024. The contractor shall provide all necessary studies, meetings, analyses, design, schematic design, design development, specifications, preparation of contract documents, and total construction for the project. The Design-Build Firm shall have an architectural and engineering staff within the firm and/or shall partner with or have a relationship with a professional architect/engineer firm (AE) who shall furnish all services, materials, supplies, and supervision required to fully investigate and design this project. The Design-Build firm shall provide licensed design professional architectural and engineering services throughout the design and construction process. The Design-Build firm shall provide a design for a complete and usable facility within the negotiated and accepted contract construction cost. The Government will not accept requests for additional funds except for changes in project scope, unforeseen site conditions, or as directed by the Contracting Officer. Principal features of work include but are not limited to: construction of a permanent building 18 feet X 24 feet concrete with bathroom facilities, central heat and air, adequate lighting, and outlets that can handle microwave oven, coffee maker, and refrigerator. The AE shall determine water usage requirements and design a water source and septic system. Provide a single conventional fire alarm system that covers both the main building and the in-ground storm shelter. Provide electrical service to all structures. Canopy lighting for vehicles. Provided a minimum of three commercial phone lines into main building. Additional required features are: In-ground storm shelter big enough for eight persons and supplies to shelter in place. Steel canopy structure that is big enough to cover two 40ft tractor/trailers and two pick-up trucks. The Design-Build Firm shall provide a phasing plan for the construction phase of this project. The Design-Build Firm shall be responsible for all surveys, excavations, borings, analyses, and tests required for complete design and construction of the project. The Design-Build Firm shall be responsible for locating all utilities in the area of construction, and for accommodating or modifying them, as required for construction of this project. Construction project magnitude is between $500,000 and $1,000,000. Total Performance Period is 100 Calendar Days after Issuance of Notice To Proceed 1 for Design and 265 Calendar Days after Issuance of Notice To Proceed 2 for Construction. This procurement is being issued as a set-aside for Service-Disabled Veteran-Owned Small Business Concerns. The NAICS for this acquisition is 236220 with a size standard of $33.5M. All responsible sources may submit a proposal. This office proposes to post the RFP to the Federal Business Opportunities website, (http://www.fbo.gov) on/about 23 Jul 10 with an estimated 30 day response time. Past performance information will be required to be submitted by the date specified in the solicitation. Pre-proposal conference/Site visit information will be provided in the solicitation package. All interested parties are encouraged to attend the pre-proposal conference/site visit. Once the solicitation is issued, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Contract award will be determined using the Source Selection procedures in FAR Part 15 and applicable supplements. There will be NO paper copies of the solicitation distributed. All solicitation information will be obtained through the www.fbo.gov website. All Contractors shall be ORCA registered (http://orca.bpn.gov). All contractors are reminded, in accordance with DFARS 252.204-7004, Required Central contractor Registration, that lack of registration in the CCR database BY AWARD DATE will make a contractor ineligible for award. Please acknowledge all requirements solicitation requirements in your proposal. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. No response to this notice is necessary. This notice does not obligate the Government to award a contract and it does not obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit the requested information and/or proposal. Any questions, requests for information (RFIs) etc. relating to the upcoming solicitation must be submitted in writing via email to the individuals designated in the solicitation. Telephone requests for packages, questions, RFIs etc. WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38673e827d257d05ce9a4f0c51968f3a)
 
Place of Performance
Address: 19th Contracting Squadron, 642 Thomas Avenue, Little Rock AFB, Arkansas, 72099-4971, United States
Zip Code: 72099-4971
 
Record
SN02190446-W 20100630/100628235426-38673e827d257d05ce9a4f0c51968f3a (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.