Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2013 FBO #4351
SOLICITATION NOTICE

Y -- FTG186 Mechanical-Electrical Building (MEB), Missile Field #1, Fort Greely, Alaska

Notice Date
10/21/2013
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-14-R-0008
 
Point of Contact
Michelle R Mandel, Phone: 907-753-2502, Laura J Sheldon, Phone: 907-753-2525
 
E-Mail Address
Michelle.R.Mandel@usace.army.mil, laura.j.sheldon@usace.army.mil
(Michelle.R.Mandel@usace.army.mil, laura.j.sheldon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, unrestricted Request for Proposal (RFP) to design and construct a Mechanical-Electrical Building at Missile Field #1, Fort Greely, Alaska. Response date of 13 December 2013 for Phase 1 proposals is based on issuance of the RFP on or about 13 November 2013. The procurement will be conducted using two-phase source selection procedures and the award will be based on the best overall value to the Government considering the non-price factors described in the RFP, and price. The Government will evaluate Phase 1 proposals in accordance with the evaluation rating systems outlined in the Phase 1Design-Build selection procedures of the RFP. Those offerors short-listed in Phase 1 will be invited to submit a Phase 2 proposal. The Phase 2 evaluation will be conducted in accordance with evaluation criteria specified in the RFP for Phase 2, FAR Part 15, and will utilize the Tradeoff Process described in FAR 15.101-1. Any resulting contract will be firm fixed price. The Government may pay a stipend to an unsuccessful Phase 2 Offeror, in consideration for preparation of a Phase 2 proposal. The anticipated Notice to Proceed date is May 2014 with a period of performance of 725 calendar days. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds. Should Congress not appropriate funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. This project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture (reference the RFP, Section 00 21 00, paragraph 1.12 for further information about joint ventures). 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 SAM database will make an offeror ineligible for award. PROJECT INFORMATION: This Project is to construct a High Altitude Electromagnetic Pulse (HEMP) and blast protected Mechanical-Electrical Building (MEB) and associated utility and security infrastructure. The MEB construction will be based on the design developed to construct the Missile Field #2 Mechanical Electrical Building at Fort Greely with only necessary site adapt modifications. The MEB will house redundant HEMP protected mechanical and electrical equipment supporting the launch control components. Other MEB construction includes lightning protection and equipment grounding systems. The MEB foundations include special features to meet site specific ground motion requirements, seismic requirements, and blast protection requirements. Installed Equipment within the MEB supports the launch control components within the silos interface vaults and includes: dual chillers, heat exchanger, water pumps, dematerializing system for humidity control, transformers, uninterruptable power. These systems will maximize the design and components used at MF2 with modification to address the differences in the Missile fields they serve. The MEB will contain an underground utility vault entrance and utilidor extension that will connect to the existing Missile Field 1 utilidor. Utility branch lines to the silos and silo interface vaults will be restored to meet current mission requirements. Security measures include intrusion detection, access control, and construction escorts. Supporting facilities include: HEMP protected electrical distribution, water, sewer, paving, fire protection and alarm systems, and site improvements. The Davis Bacon Act will apply. Anticipated contract cost limitation is $74,000,000. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: For Phase 1: Specialized Experience, Past Performance (Confidence Assessment), Organization, and Technical Approach. For Phase 2: Design Technical (Subfactors: Project Execution Concept/Schedule, Building Floor Plan/Layout, Building Systems, and Building Site Selection and Supporting Utilities); Small Business Participation; Phase 1 Proposal Roll-Up Rating, and Price The overall evaluation of the non-price factors is considered significantly more important than price. OBTAINING THE SOLICITATION: The solicitation, including plans and specifications, will be available electronically from FedBizOpps website (www.fbo.gov). On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via the FedBizOpps website. All responsible sources may submit an offer in the form and format described in the solicitation 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. CONTRACTING OFFICE ADDRESS: USACE District, Alaska CEPOA-CT P.O. Box 6898 JBER AK 99506 PLACE OF PERFORMANCE: Fort Greely, Alaska POINT OF CONTACT Michelle Mandel 907-753-2502 Michelle.R.Mandel@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-14-R-0008/listing.html)
 
Place of Performance
Address: Missile Field #1, Fort Greely, Alaska, 99731, United States
Zip Code: 99731
 
Record
SN03219202-W 20131023/131021233627-8181a4f9fc6386e01dfbe9dc5883dcf1 (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.