SOLICITATION NOTICE
Y -- JBE041 Add/Alter Hangar JBER, Alaska
- Notice Date
- 10/3/2016
- Notice Type
- Presolicitation
- 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-17-R-0011
- Point of Contact
- Yolanda M. Ikner, Phone: 9077532553, Michelle R Mandel, Phone: 907-753-2502
- E-Mail Address
-
yolanda.m.ikner@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(yolanda.m.ikner@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL INFORMATION: Project: JBE041 Design-Build Add/Alter AWACS Alert Hangar, JBER, Alaska Notice Type: Pre-Solicitation Notice Solicitation Number: W911KB-17-R-0011 Posted Date: 03 October 2016 Original Response Date: Original Archive Date: Current Archive Date: Classification Code: Y - Construction Set Aside: N/A-Full and open NAICS Code: 236220 Size Standard: $36.5M CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, unrestricted Request for Proposal (RFP) for an upgrade to aircraft sheltering and maintenance hangar space as well as repairing and expanding existing squadron operations spaces and constructing missing AWACS alert crew quarters JBER, Alaska (JBE041). Phase 1 RFP will be released on or about 20 October 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 Construct addition to and alteration of the AWACS alert hangar to accommodate the facility mission. Due to Alaska winter weather and deicing times, alert aircraft must be housed inside to meet mission scramble requirements. To meet alert mission requirements, aircraft maintenance, squadron operations and air crew quarters need to be located in the same facility. An upgrade to aircraft sheltering and maintenance hangar space as well as repairing and expanding existing squadron operations spaces and constructing missing AWACS alert crew quarters space is necessary for the 962nd Airborne Control Squadron (AACS) to fully accomplish its missions. Alsop additional squadron operations space is needed to meet the scheduled AWACS, E-3G upgrade, which requires an additional 12-15 dedicated planning workstations. Sustainability and Energy measures will be provided. Anticipated contract cost limitation is $25,000,000.00. 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. CONTRACTING OFFICE ADDRESS: USACE District, Alaska CEPOA-CT P.O. Box 6898 JBER, AK 99506 PLACE OF PERFORMANCE: JBER, Alaska 99506 POINT OF CONTACT Yolanda M. Ikner 907-753-2553 yolanda.m.ikner@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0011/listing.html)
- Place of Performance
- Address: JBER Alaska, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN04295925-W 20161005/161003234100-52a78198b4cd1d5400f8c6447744f6e8 (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 |