Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOLICITATION NOTICE

Y -- Addition/Alteration of the KC-46A Flight Simulator Facility, McConnell AFB, Kansas

Notice Date
2/7/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-R-4014
 
Response Due
3/7/2014
 
Archive Date
4/8/2014
 
Point of Contact
Scott Dandy, 8163893319
 
E-Mail Address
USACE District, Kansas City
(scott.m.dandy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Kansas City District (NWK) intends to solicit and award one firm fixed price construction contract to renovate and add to existing Buildings 1092 & 1094, located on McConnell AFB, in order to accommodate the introduction of the new KC-46A Weapon System Trainers (WST) ), Boom Operator Training (BOT) devices, and Pilot Part Task Trainer (PPTT) and associated functions of the simulator. This project includes the renovation of approximately 1068 SF and an addition of approximately 4021 SF. This is a 100% set-aside for Small Businesses. The Solicitation will be available on or about 24 February 2014 on the Federal Business Opportunities (FBO) website at www.fbo.gov, and proposals will be due within 30 days from issuance of the solicitation. The NAICS code that will apply to this project under this contract will be NAICS 236220 (Commercial and Institutional Building Construction.) The Size standard is $33.5 million. This magnitude of this contract shall be between $1 million and $5 million. The contract duration will be approximately 365 calendar days. WST operations will require the addition of a KC-46A 1-bay simulator high bay and support space located on the southwest corner of existing Building 1092. Additionally, the existing facility will be renovated in the southwest corner to allow connection of the addition to the existing building and to provide for new brief/debrief rooms to support the new KC-46A mission requirements. Both classified and unclassified areas are required with the classified areas requiring Intrusion Detection System. The approximate total area for the addition is 4021 SF and total area of renovation is 1068 SF. The new addition to building 1092 will house one new KC-46A Weapons System Trainer (WST). Concurrently, one of the existing KC-135 WST's in building 1092 will be removed. This space will temporarily be altered to house a KC-46A Boom Operator Trainer (BOT). Finally, Room 115 in existing building 1094 will be repurposed to house a new KC-46A Pilot Part Task Trainer. The Government intends to select for award the single responsible offeror whose proposal conforms to the solicitation, that proposes a price that is fair and reasonable, and that provides the lowest priced, technically acceptable (LPTA) proposal. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The government intends to award without discussions. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror. Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. The solicitation and associated information will be available from the FedBizOpps website https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. COMMUNICATION WITH INDUSTRY. All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation. Contracting Office Address: USACE District - Kansas City District, ATTN: CECT-M, Bldg 647, 601 E. 12th Street, Kansas City, MO 64106-2896, United States Place of Performance: USACE District - Kansas City District, ATTN: CECT-M, Bldg 647, 601 E. 12th Street, Kansas City, MO 64106-2896, United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4014/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03284517-W 20140209/140208000455-dd7870557cd0bc15d4df1bfbb086d183 (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.