Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

Y -- Simulator/Training Ops Facility, Davis-Monthan AFB, Arizona

Notice Date
12/15/2011
 
Notice Type
Presolicitation
 
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-12-R-0010
 
Response Due
1/18/2012
 
Archive Date
3/18/2012
 
Point of Contact
Diane Watkins, (213)452-3251
 
E-Mail Address
USACE District, Los Angeles
(diane.l.watkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project is for the design and construction of a new EC-130H Simulator Training Operations Facility at Davis-Monthan Air Force Base (DMAFB) in Tucson, Arizona. The new 4,699 total square meter (50,579 square feet) facility will contain the training operations for the new Compass Call personnel in support of Wing mission requirements. The facility will house one new EC-130H flight deck simulator, on new EC-130H mission crew simulator, and one existing (relocated) EC-130H mission crew simulator that provide realistic training and accurately replicate the Mission Weapons System (MWS) as required to maintain Compass Call combat effectiveness. Additionally, the 42nd ECS Formal Training Unit functions and resources, and the command section will be consolidated into the facility. The facility provides space for the active simulators, academics, squadron operations, administration, classrooms, and storage. This project also includes grading, parking, support utilities, landscaping, and interior finishes. The supporting utilities include water, electricity, gas, sanitary and storm sewer, and communications/data cable, conduits and coordination. The project is required to meet the minimum DOD force protection standards. THIS IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) WITH HUBZONE PREFERENCE. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 0120, entitled, Submission Requirements and Instructions. It is the Government's intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. Performance Period is for 540 calendar days after receipt of Notice to Proceed (NTP). This procurement is subject to Clause 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. In addition all large business contractors are reminded that the successful contractor will be expected to provide a subcontracting plan for the purpose of providing subcontracting opportunities to the maximum practicable extent with the small and disadvantaged firms in accordance with the provisions of Public Law 95-507. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontracted dollars. The goals are as follows: 50.0% with Small Business, 17% with Small Disadvantaged Business, 18% with Women-Owned Small Business, 10% with HubZone Small Business, 8.5% with Veteran-Owned Small Business and 4% with Service-Disabled Veteran-Owned Small Business. Please note that there are special instructions pertaining to hand delivered proposals. These special instructions can be viewed on the Los Angeles District Contracting Division website and they will also be available in Section 00100 of the advertised solicitation. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $33.5M 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 through 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. 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 (FedBizOps). The solicitation will be made available for download approximately 18 January 2012. 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 FedBizOps. Please note that ALL firms who want to access the solicitation, both prospective prime contractors and subcontractors, will be required to be registered with FedBizOps 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 FedBizOps homepage to download the Vendor User Guide. For additional assistance with the FedBizOps 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 OPS - 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-12-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02639739-W 20111217/111215234215-edae6ce83302ca83353f6974a55179a1 (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.