Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

Y -- Railhead Operations Facility (FTR 266), Joint Base Elmendorf-Richardson, Alaska

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-10-R-0025
 
Point of Contact
Kevin Maloy, Phone: 907-753-5594
 
E-Mail Address
kevin.j.maloy@usace.army.mil
(kevin.j.maloy@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This is a pre-solicitation notice for a fully designed competitive procurement that is set-aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSB). The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors, which are cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. This will be a design/bid/ build (fully designed) contract with a one-step selection process. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional appropriation approval. Should Congress not appropriate the funds, the project will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. The Davis-Bacon Act will apply. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and up to final award. Responders are also advised that the successful offeror will be required to comply with FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010). All contractors are advised that they must be registered in CCR and ORCA http://orca.bpn.gov to be eligible for award. Joint ventures must also be registered in CCR and ORCA as the joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the CCR database will make an offeror ineligible for award, (Reference DFAR 252.204-7004, Required Central Contractor Registration). Call 1-888-227-2423 for CCR information or visit the CCR website at https://www.bpn.gov/CCR/scripts/index.html. NAICS Code: 236220. The Small Business size standard is $33,500,000. Anticipated NTP: Mid-March 2011 with a 400 calendar-day post-NTP period of performance. Project Title: "Railhead Operations Facility, Joint Base Elmendorf-Richardson (JBER), Alaska, UPC: FTR 266." (1) This project is to construct a fully-designed new facility with loading/unloading spurs (approximately 7,800 lineal feet of track), loading/unloading ramps and staging area for marshaling tactical vehicles, a container transfer pad, lightning protection, rail operations building, security fencing, and high-mast lighting for 24-hour operations. Supporting facilities will include: Gates, storm drainage, information systems, loading and unloading docks, lighting, approach ramps, and site improvements. This project will support the Airborne Brigade Combat Team (ABCT) and Stryker Brigade Combat Team (SBCT) air and surface deployments as a rail receiving and shipping hub for all of Alaska Army Units. Period of performance is 400 calendar days. The construction magnitude for the anticipated contract is $10M-$25M. Joint Ventures demonstrating the necessary qualifications will be considered. (2) SELECTION CRITERIA: Award will be based on a Best Value approach considering non-price evaluation factors: Specialized Experience, Past Performance, Proposed Contract Duration and Summary Schedule, Organization/Technical Approach, and Price. The Government considers the overall non-price rating to be slightly more important than price. (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and will be available for download in Mid/late-October 2010, at the Federal Business Opportunities website at http://www.fbo.gov/. Use the Find Business Opportunities function and this solicitation number to Search by Solicitation/Award Number. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-10-R-0025/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, Ft. Richardson, Alaska, 99505, United States
Zip Code: 99505
 
Record
SN02302663-W 20101002/100930235216-7938d6663df548ea9208a8b7645f6ce5 (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.