Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
AWARD

Y -- Academic Training Center (ATC), Luke AFB, AZ

Notice Date
9/4/2012
 
Notice Type
Award Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, P.O. Box 532711, Los Angeles, California, 90053-2352, United States
 
ZIP Code
90053-2352
 
Solicitation Number
W912PL-12-R-0005
 
Point of Contact
Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912PL-12-C-0017
 
Award Date
8/30/2012
 
Awardee
Archer Western Contractors, LLC, 2410 Paces Ferry Road<br />, Atlanta, Georgia 30339-1817, United States
 
Award Amount
$43,347,122.00
 
Line Number
1 THROUGH 18
 
Description
This is part of the first phase of a multiyear program to bed down a new mission to accept the new Joint Strike Fighter (JSF) F-35 aircraft. Aircraft are scheduled to arrive August 2013. The FY11 project will construct flight simulators, training facilities, a squadron operations building, shared infrastructure tie-in, utility relocations and supporting facilities like parking lots and site work. The FY11 Academic Training Center is traditional design-bid-build. Specifically the F-35 Academic Training Center (ATC) project provides for the construction of a 13,489 SM (145,195 SF) multi-story sprinkler-equipped facility with site improvements. The facility will house academic training classrooms and virtual trainers as well as administrative support space, general storage, mechanical, electric equipment and communications, fire protection, utilities and parking. Facilities will comply with the Special Access Program Facility (SAPF) security specifications, DoD force protection requirements per unified facilities criteria and meet and be certified LEED Silver under the USGBC LEED-NC Rating System. The project(s) will include intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. This project will comply with all applicable standards and codes, including the DOD Anti-Terrorism/Force Protection requirements per UFC 4-010-01. Comprehensive interior design services are required. THIS IS AN UNRESTRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE TRADE-OFF. Both a technical and a price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00110, entitled Submission Requirements and Instructions. It is the Governments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. There will be one pricing schedule for this project with a Performance Period of 540 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. If the awarded offeror is a large business, they will be required to submit 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 North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, $33,500,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range of the project is Between $25,000,000 and $100,000,000. The solicitation will be made available on or about April 17, 2012 All proposals will be due on/or about June 1, 2012 at 2:00 P.M. PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/Awards/W912PL-12-C-0017.html)
 
Record
SN02866228-W 20120906/120905000007-0ceffb57a3f05ec39ef45d152a91a22f (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.