Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2016 FBO #5290
MODIFICATION

Y -- FTW376 Design-Build Unmanned Aerial Systems (UAS) Hangar, Ft. Wainwright, Alaska

Notice Date
5/16/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional 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-16-R-0017
 
Point of Contact
Theresa M Afrank, Phone: 907-753-2739, Michelle Mandell, Phone: 907 753-2502
 
E-Mail Address
theresa.m.afrank@usace.army.mil, Michelle.R.Mandell@usace.army.mil
(theresa.m.afrank@usace.army.mil, Michelle.R.Mandell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
----UPDATE, Anticipate issuing RFP on or about 25 May 2016---- CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, unrestricted Request for Proposal (RFP) to design and construct an Unmanned Aerial Systems (UAS) Hangar, Ft. Wainwright, Alaska (FTW376). Response date of 25 June 2016 is based on issuance of the RFP on or about 25 May 2016. 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 1 Design-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 anticipated Notice to Proceed date will be second quarter 2017 with a period of performance of 575 calendar days. Offerors are advised that a contract resulting from this solicitation is subject to the availability of funds and may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. 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. 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. 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: Design and build a cold-climate, standard design 58,000 SF Unmanned Aerial Systems (UAS) Hangar. Work includes an operations and maintenance hangar with shops, special foundations, taxiways, aircraft aprons and organizational parking. The hangar interior includes container storage for the aircraft when boxed and indoor storage for organizational equipment, paint/oil/lubricants and hazardous materials. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Sustainability and Energy measures will be provided. Anticipated contract cost limitation is $41,600,000.00. 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: Building Functional and Aesthetics; Quality of Building Systems and Materials; Site Design; and Proposed Contract Duration and Summary Schedule); 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 FedBizOpps website. All responsible firms may submit an offeror in the form and format of 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-16-R-0017/listing.html)
 
Place of Performance
Address: Fort Wainwright, Alaska, Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN04117820-W 20160518/160516234316-748d57a2df27b927c07a5141b8deaa3e (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.