Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

Y -- Design and Construction of the MH-47 Aviation Maintenance Hangar, Ft. Campbell, KY

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-12-R-0015
 
Response Due
1/18/2012
 
Archive Date
3/18/2012
 
Point of Contact
Crystal May, 502-315-6206
 
E-Mail Address
USACE District, Louisville
(crystal.m.may@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Solicitation is available for download. This is a Design/Build Request for Proposal for Design and Construction of the MH-47 Aviation Maintenance Hangar at Fort Campbell, KY. The project consists of designing and constructing an MH-47 aviation maintenance hangar including maintenance bays, shops, company administration, platoon offices, aviation operations, locker room and storage areas (approximately 104,900 SF). A 90% civil site design and electrical supply design will be provided. The project will include an MH-47 parking ramp, C-17 unloading ramp, existing TACAN relocation, information systems, fire protection/alarm systems, Energy Monitoring and Control Systems (EMCS) connection, protected distribution system (PDS), intrusion detection, surveillance, and electronic access control. Supporting facilities will include all related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), lighting, parking, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. The project will include construction of the new electrical power supply from an existing substation. Special construction includes sustainable construction features complying with Leadership in Energy and Environmental Design (LEED) "Silver". Access for persons with disabilities will be provided. Comprehensive building and furnishings related interior design and audio visual design services are included. This solicitation is a Request for Proposal (RFP). THIS IS AN UNRESTRICTED PROCUREMENT. The estimated price range is $25,000,000 to $100,000,000. Contract duration is 670 days. The proposals will be evaluated using a best value source selection process. The selection process will evaluate such factors as Prime Contractor Experience, Prime Contractor Past Performance, Technical Approach, Management, and Safety. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are more important than price. The North American Industry Classification (NAICS) Code is 236220, with a Size Standard of $33.5 M. The technical information contained in the proposal will be reviewed, evaluated, and rated by the Government. A construction cost limitation will be provided with the technical requirements package. The Solicitation package will provide a complete Design/Build Request for Proposal prescribing the criteria for the subject facility. The approximate issue date is 28 November 2011. The approximate due date for proposals is 18 January 2012. A pre-proposal conference has been tentatively scheduled for 13 December 2011. The Solicitation will be available by download from the Internet only. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FBO website by download only. Prior to submission of proposals all contractors must have an active registration in the Central Contractor Registration (CCR) database. To register or update information go to http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-12-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02630386-W 20111201/111129234727-aaa1391f5c98ed0e7c845c1761ebcf10 (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.